VOLUNTARY EX ANTE TRANSPARENCY NOTICE
|
|
Section I: Contracting Authority/Entity
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Swale Clinical Commissioning Group on behalf of Swale CCG and 16 other CCGs named in I.4 below |
Bramblefield Clinic, Grovehurst Road, Kemsley, Kent |
Sittingbourne |
ME10 2ST |
UK |
The NHS 111 Commissioning Manager for Kent and Medway CCGs
Kerri-Anne Chappell |
|
kerri-anne.chappell@nhs.net |
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
Yes NHS North West Surrey CCG
NHS Surrey Downs CCG
NHS East Surrey CCG
NHS Guildford and Waverley CCG
NHS Horsham and Mid Sussex CCG
NHS High Weald and Lewes Havens CCG
NHS Hastings and Rother CCG
NHS Eastbourne, Hailsham and Seaford CCG
NHS Crawley CCG
NHS Brighton and Hove CCG
NHS Coastal West Sussex CCG
NHS West Kent CCG
NHS Medway CCG
NHS Dartford, Gravesham and Swanley CCG
NHS Surrey Heath CCG
NHS North Hampshire and Farnham CCG
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority
Extension of the NHS 111 service provided to the named Commissioners.
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract25 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Various locations in Kent, Surrey and Sussex. UK |
II.1.3)
|
This notice involves a framework agreementNo |
II.1.4)
|
Short description of the contract or purchase(s)
The current NHS 111 contract in use by the named Commissioners was awarded in 2012 and went live in 2013 for an initial three years, expiring on 18 March 2016. As allowed for in the formal tender documentation, an extension of two years to the contract was exercised, and the contract is now scheduled to expire on 1.4.2018. By this VEAT Notice the Commissioners advise that it is their intention to extend the contract for a further 12 months to 31.3.2019.
The Commissioners have fully considered the options open to them with regard to the continued safe and secure provision of this vital service to patients and users. The situation is impacted by the requirements imposed on the Commissioners by the Commissioning Standards issued in September 2015 and the next steps NHS Five Year Forward View in March 2017. The Commissioners are required to plan and design an Integrated Urgent Care (IUC) service and align a number of contracts and services. There are a number of essential clinical developments which are required within the 5 Year Forward View, which will build on the positive practice within the existing service and should result in an improved experience for patients and users. To build all of these improvements into a new design and procurement before April 2018 is viewed as a high risk, and therefore the Commissioners believe it is entirely appropriate to aim for 1.4.2019 as the date by which alignment and implementation of all services and contracts will have be completed.
The Commissioners believe that to commence a procurement process at this stage that seeks to appoint a provider to mobilise and implement a service from April 2018, whilst in parallel working with the incumbent provider and (potentially) a new provider to develop the service to the required technological standard within this timescale, could introduce a level of risk to patients and users that is unsustainable. Similarly, to delay development work until a provider is in place under a new contract would not offer the optimum assurance or assist the delivery of service integration and improvement.
The Commissioners recognise and acknowledge that there are potential providers who will be interested in bidding to provide the service, and wish to confirm that no organisation capable of providing the service will be prevented from participating in a formal tender process. It is expected that this process will start in 2017.
Additionally, the Commissioners understand that working to develop the clinical aspects of the service in line with national requirements with the incumbent provider may give rise to concern that a significant advantage may be conferred on the incumbent provider at the tender stage. Therefore, the Commissioners will, in the interests of transparency and fairness, undertake to share the outcomes of the development work with interested parties.
The Commissioners intend to publish an OJEU Prior Information Notice and a Future Opportunity Notice on Contracts Finder during 2017.
Prior to this an invitation is offered to all interested parties who would like to meet the Commissioners to discuss and provide feedback on the processes described in this VEAT for the re–procurement of the service. Any interested organisation should email Kerri-Anne Chappell (the nominated Commissioner Contact point — see Section I.1) to register their interest in attending this proposed meeting, and provide their contact details. Any organisations registering interest will be contacted in due course regarding potential dates and logistics.
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85140000 |
|
|
|
|
|
II.1.6)
|
Contract covered by the government procurement agreement (GPA) No |
II.2)
|
Total final value of the contract(s)
|
II.2.1)
|
Total final value of the contract(s)
15 650 418
GBP
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria
|
IV.2.2)
|
An electronic auction has been used No |
IV.3)
|
Administrative information
|
IV.3.1)
|
File reference number attributed by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract 2012/S 220-361884 15-11-2012
Other previous publications
|
Section V: Award of contract
|
|
|
V.1)
|
Date of contract award decision: |
V.2)
|
Numbers of offers received: |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
South East Coast Ambulance Service NHS Foundation Trust |
|
|
|
|
|
|
|
|
|
V.4)
|
Information on value of contract
15 650 418 GBP
1 |
V.5)
|
The contract is likely to be subcontracted No
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section VI: Complementary Information
|
VI.1)
|
Contract related to a project and/or programme financed by community funds? No
|
VI.2)
|
Additional Information
IV.3.2) Previous publication(s) concerning the same contract
yes
Notice on qualification system
Notice number in the OJEU: 2012/S 220-361884 of 15.11.2012
Notice number in the OJEU: 2012/S 220-361884 of 9.11.2012
|
VI.3)
|
Procedures for appeal
|
VI.3.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.3.2)
|
Lodging of appeals
|
VI.3.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.4)
|
Dispatch date of this Notice 18-05-2017 |
Annex D1 – General procurement
Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union (OJEU)
Directive 2004/18/EC
|
|
|
Open procedure |
|
Restricted procedure |
b) The products involved are manufactured purely for the purpose of research, experiment, study or
development under the conditions stated in the Directive (for supplies only).
c) The works/goods/services can be provided only by a particular tenderer for reasons that are:
|
Technical |
|
Artistic |
|
Connected with the protection of exclusive rights |
d) Extreme urgency brought about by events unforeseeable by the contracting authority and in
accordance with the strict conditions stated in the Directive.
e) Additional works/deliveries/services are ordered under the strict conditions stated in the Directive.
f) New works/services, constituting a repetition of existing works/services and ordered in accordance
with the strict conditions stated in the Directive.
g)Service contract awarded to the successful candidate or one of them after a design contest.
h) For supplies quoted and purchased on a commodity market.
i) For the purchase of supplies on particularly advantageous terms:
|
from a supplier which is definitely winding up its business activities |
|
from the receivers or liquidators of a bankruptcy, an arrangement with creditors or a similar procedure. |
j) All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or
unacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria.
Other justification for the award of the contract without prior publication of a
contract notice in the OJEU:
k) The contract has as its object services listed in Annex B of Directive 2004/18/EC or in Annex XVII B of Directive 2004/17/EC
l) The contract falls outside the scope of application of the relevant directive.
In addition to the box(es) ticked above please explain in a clear and
comprehensive manner why the award of the contract without prior publication of
a contract notice in the OJEU is lawful, stating in any case the relevant facts,
and, as appropriate, the conclusions of law in accordance with the articles in
the relevant Directive (500 words maximum):
Please refer to Section II.1.4.
|