Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Somerset CCG — Shepton Mallet Health and Wellbeing Service Lead Provider.

  • First published: 04 March 2015
  • Last modified: 04 March 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Somerset CCG
Authority ID:
AA21055
Publication date:
04 March 2015
Deadline date:
07 April 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Somerset Clinical Commissioning Group (CCG) wishes to support the re-modelling of the Shepton Mallet Community Hospital site as it is re-developed into a Health and Wellbeing Campus. Somerset CCG would like to commission a lead provider in order to maximise the potential and to reduce duplication, streamline services and bring new illness prevention and self-help services onto the site.

The shared vision for the site is to develop a health and wellbeing campus, providing primary and secondary care on the same site alongside health and wellbeing services that encourages people to self-care and support the illness prevention agenda. It is envisaged that a GP practice, a community pharmacy (for NHS scripts) and dental access centre will be incorporated into the site, although these will not form part of this procurement.

Somerset CCG would like to update the infrastructure on site to ensure it is fit for 21st Century healthcare and wellbeing service provision. We are seeking a lead provider that will deliver services and proactively work with the CCG to re-design the site. It is currently envisaged that the services will be introduced to the contract in two phases:

Phase 1 will commence on the contract start date December 2016.

Phase 2 is estimated to begin 3 years from the contract start date; the timing will be dependent on the build development plans for the site.

The re-development of the site will be planned, and take place during phase one of the contract.

There may be an opportunity for the lead provider to assist with the capital financing of the re-development of the site.

The Commissioner is clear that phase 2 is a key deliverable of the procurement and that the full scope and costing of phase 2 will be agreed and implemented through a contract variation during the contract duration. While the scope of activity to be delivered from the site may vary during the term of the contract, it is currently anticipated that it will include:

Phase 1 (years 1-3 of contract);

Specific outpatient specialties;

Diagnostic procedures;

Therapeutic procedures;

Specific elective/ medical specialties;

Minor Injury Unit provision;

General rehabilitation inpatient bed provision with medical input (beds are planned to have flexible use and therefore should a stroke patient be medically suitable for Early Supported Discharge (ESD), but cannot be cared for in their home environment, they could be cared for in these beds with ESD team visiting them as if they were at their home location). ESD is not included in the procurement;

Day case ambulatory care;

Support services for the site such as catering;

Phase 2 (in addition to phase 1 from approximately year 3 onwards);

Services to support the illness prevention and self-help agenda via the provision of a Health and Wellbeing Centre (where the lead provider will be expected to collaborate with local charities and voluntary groups);

Medically led assessment beds.

Further details are contained in the Memorandum of Information (MOI).

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Somerset Clinical Commissioning Group

Wynford House, Lufton Way

Yeovil

BA22 8HR

UK

South West Commissioning Support

Adam Hann


adam.hann@swcsu.nhs.uk


http://www.somersetccg.nhs.uk/

https://in-tendhost.co.uk/swcsu/aspx/Home
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Somerset CCG — Shepton Mallet Health and Wellbeing Service Lead Provider.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance



UKK23

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Somerset Clinical Commissioning Group (CCG) wishes to support the re-modelling of the Shepton Mallet Community Hospital site as it is re-developed into a Health and Wellbeing Campus. Somerset CCG would like to commission a lead provider in order to maximise the potential and to reduce duplication, streamline services and bring new illness prevention and self-help services onto the site.

The shared vision for the site is to develop a health and wellbeing campus, providing primary and secondary care on the same site alongside health and wellbeing services that encourages people to self-care and support the illness prevention agenda. It is envisaged that a GP practice, a community pharmacy (for NHS scripts) and dental access centre will be incorporated into the site, although these will not form part of this procurement.

Somerset CCG would like to update the infrastructure on site to ensure it is fit for 21st Century healthcare and wellbeing service provision. We are seeking a lead provider that will deliver services and proactively work with the CCG to re-design the site. It is currently envisaged that the services will be introduced to the contract in two phases:

Phase 1 will commence on the contract start date December 2016.

Phase 2 is estimated to begin 3 years from the contract start date; the timing will be dependent on the build development plans for the site.

The re-development of the site will be planned, and take place during phase one of the contract.

There may be an opportunity for the lead provider to assist with the capital financing of the re-development of the site.

The Commissioner is clear that phase 2 is a key deliverable of the procurement and that the full scope and costing of phase 2 will be agreed and implemented through a contract variation during the contract duration. While the scope of activity to be delivered from the site may vary during the term of the contract, it is currently anticipated that it will include:

Phase 1 (years 1-3 of contract);

Specific outpatient specialties;

Diagnostic procedures;

Therapeutic procedures;

Specific elective/ medical specialties;

Minor Injury Unit provision;

General rehabilitation inpatient bed provision with medical input (beds are planned to have flexible use and therefore should a stroke patient be medically suitable for Early Supported Discharge (ESD), but cannot be cared for in their home environment, they could be cared for in these beds with ESD team visiting them as if they were at their home location). ESD is not included in the procurement;

Day case ambulatory care;

Support services for the site such as catering;

Phase 2 (in addition to phase 1 from approximately year 3 onwards);

Services to support the illness prevention and self-help agenda via the provision of a Health and Wellbeing Centre (where the lead provider will be expected to collaborate with local charities and voluntary groups);

Medically led assessment beds.

Further details are contained in the Memorandum of Information (MOI).

II.1.6)

Common Procurement Vocabulary (CPV)

85000000
85112200
85312500
85111400
85144000
85111000
85323000
85111200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Somerset CCG is inviting expressions of interest for services as described above.

The CCG is seeking to award an 8 year contract with the option to extend for any period up to 2 years.

The successful bidder will perform services from the existing Shepton Mallet NHS Treatment Centre located at Old Wells Road, Shepton Mallet, Somerset BA4 4LP.

The successful bidder will be granted a lease for the necessary buildings by NHS Property Services Ltd, who own the site. The successful bidder as lead provider would be expected to cover the rental charges (which will include overheads) applicable to the site.

During the first phase of the contract the lead provider should expect a charge of approximately 1 100 000 GBP per annum. The rental charge for phase 2 onwards will be dependent on the agreed development of the site in order to provide the services.

For the purposes of this stage of the procurement exercise, bidders should assume the rental will remain at 1 100 000 GBP throughout the contract term. The successful bidder will be a key member in the team designing and negotiating the redevelopment of the site and therefore rental charges will be agreed in advance of phase 2.

The successful bidder will also deliver services across Somerset in order to deliver care closer to home. These sites will not be specified except where provision is already in existence and the potential provider is asked to consider additional options to be agreed with the Commissioner. Further information is contained within Part B of the MoI.

The Provider will be expected to meet premises costs.

The lead provider will be responsible for all the specified services and Somerset CCG will manage the contract directly through the lead provider. The lead provider will be expected to formally manage any sub-contracting arrangements.

The lead provider will need to replace existing equipment as and when the life of the equipment determines replacement or put in an alternative solution that is agreed with the commissioners.

There may be an opportunity to take on some of the existing equipment on the site, some of which may be available at residual book value. This information will be provided during the procurement process.

Instructions for Expressing of Interest in the Procurement

Providers are required to identify whether they are potential Lead Providers or potential Sub Contractors. Expressions of Interest are required from those organisations that consider themselves suitable Lead Providers or Sub Contractors and should go to https://in-tendhost.co.uk/swcsu/aspx/Home and register your interest.

To help providers in determining whether they are a suitable Lead Provider the following will apply:

The lead provider will be responsible for the clinical delivery of all the specified services on site along with the financial and budgetary management, budgetary analysis, overall contract management of the entire contract and the performance including RTT.

The lead provider will be responsible for the performance and contract management of all sub-contractors to the main contract.

Should providers consider they are suitable candidates then please Express an Interest by following the instructions as detailed in additional information.

A bidder information event has been arranged to take place at Wynford House, Lufton Way, Yeovil, Somerset, BA22 8HR on Tuesday 10.3.2015 starting at 13:00. This is to ensure all potential Bidders are given an equal opportunity to fully understand the requirements of this procurement and have an equal opportunity to bid. It will aim to inform all potential bidders of the procurement principles, processes and next steps.

This event is open to potential lead providers and potential sub-contractors.

If you wish to attend this event you are required to complete and return Appendix A as instructed within the MOI no later than 17:00 on Friday 6.3.2015. The MOI is available to download from In-tend once you have successfully registered your Interest on the In-Tend portal.

The estimated contract value for an 8 year period is 103 000 000 GBP to 108 000 000 GBP. This has been calculated based on the anticipated cost of phase one and includes the maximum potential CQUIN value at 2.5 % based solely on the expected cost of phase 1. This range provides an indicative envelope for bidders largely based on current activity however, the actual financial envelope will be confirmed during the procurement process.

The annual price for phase 2 will be agreed through contract negotiations during phase one, but is likely to be largely cost neutral. However, potential providers should be aware that negotiations for phase 2 may result in a reduction in contract price of 300 000 GBP per annum up to an increase in annual value of 250 000 GBP.

The volume of activity for the successful bidder will largely be dependent on patient choice but an indicative activity plan will be included with the contract. However, no volume guarantees will be provided.

As the health care services within Somerset are modernised, the CCG may wish for some specialities to be commissioned for outcomes during the life of the contract. Should this be the case, these changes will be reflected in contract variations.

128 000 000134 500 000
GBP

II.2.2)

Options

Option to extend for any period up to 2 years.

Provisional timetable for recourse to these options

Number of possible renewals

12

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

120

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company and other guarantees may be required in certain circumstances see the invitation to tender for further details.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Joint and severable liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


The Authority will also be utilising the supplier information database (SID4Gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via SWCS In-Tend, candidates are requested to provide or update their profile on the SID4Gov as follows:

a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk by clicking on the Register for sid4gov option listed under Join Us.

b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D. and B. UK website to request a DUNS Supplier Number.

c) Suppliers who already have a published profile on SID4Gov must confirm that information is up to date; i) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 8452992994

Please note all responses to OJEU should be made through SWCS In-Tend eSOURCING system (https://in-tendhost.co.uk/swcsu/aspx/Home) — registration is required on SID4GOV to update or provide company profiles only.

III.2.2)

Economic and financial capacity


As per III.2.1. above.




III.2.3)

Technical capacity


As per III.2.1. above.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Checked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

310

Objective criteria for choosing the limited number of candidates

The CCG will utilise a PQQ to shortlist expressions of interest. The criteria for shortlisting will be set out in the PQQ documentation. The PQQ and associated documentation will be available upon successfully registering your interest.

Criteria for shortlisting at each stage of the process will be defined in the appropriate tender documentation.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

SWCSU/NHSNSCCG/00000038/2015

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 117-207149 20-06-2014

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 30-03-2015  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 07-04-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 8-6-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This is a procurement for healthcare services falling with Schedule 3 (Social and Other Specified Services) of the Public Contracts Regulation 2015 (the 2015 Regulations).

Regulation 120 of the 2015 Regulations exempt CCGs from the requirements of the new regulations for the procurement of healthcare services commenced before 18.4.2016.

Therefore, the Public Contracts Regulations 2006 (as amended) (the 2006 Regulations) together with NHS (Procurement, Patient Choice and Competition) (No.2) Regulations 2013 remain relevant and apply to the conduct of this procurement exercise.

Accordingly, the CCG is voluntarily advertising this requirement in the OJEU given the flexibilities applying to Part B services under the 2006 Regulations. The CCG intends to conduct a negotiated procedure similar to the form of competition set out in the 2006 Regulations. However, the CCG in procuring a Part B services contract is not bound by many of the formalities of the 2006 Regulations and reserves the right to vary the form and manner of the competition accordingly.

The procurement exercise will be conducted in accordance with the information contained in the tender documentation.

The Authority has voluntarily advertised this procurement exercise in the Official Journal, solely in order to reach as wide an audience as possible. The Authority has been constrained by the forms used by the Publications Office to describe the procurement procedure as Negotiated but the Authority does not bind itself to conduct the procurement process in accordance with the Negotiated Procedure, as described in the Regulations, nor to abide by any other part of the Regulations which does not expressly apply to procurements for Health Services.

Neither a reference during or after this procurement process to the Regulations or the use of language or terminology common to the Regulations shall require the Authority to conduct a full procurement in accordance with the Regulations. This notice is being placed for advertising purposes only.

As part of the tendering process bidders will be required to complete a mandatory PQQ stage.

To receive more information about this tender, including the Memorandum of Information (MoI) and any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://in-tendhost.co.uk/swcsu/aspx/Home

Once you have successfully registered your Expressions of Interest you will be issued with the Pre-Qualifying Questionnaire for completion.

Note: Potential Subcontractors should follow the instructions contained within the MoI.

Note: A potential Lead Provider who also wishes to take part as a Potential Subcontractor to another bidder should ensure that appropriate measures are taken within its organisation to prevent conflicts of interest or flow of information between its bid to act as Lead Provider and any proposal to act as a Potential Subcontractor to another organisation. Failure to do so may result in disqualification. This is a continuing obligation throughout this tendering process.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The NHS Somerset CCG intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 32 of the 2006 Regulations.

Unsuccessful tenderers and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 32 and Regulation 47 of the 2006 Regulations.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 27-02-2015

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85000000 Health and social work services Other Services
85111000 Hospital services Hospital and related services
85111200 Medical hospital services Hospital services
85112200 Outpatient care services Hospital support services
85111400 Rehabilitation hospital services Hospital services
85312500 Rehabilitation services Social work services without accommodation
85144000 Residential health facilities services Miscellaneous health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
adam.hann@swcsu.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.