Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Somerset Clinical Commissioning Group
Wynford House, Lufton Way, Lufton
Yeovil
BA22 8HR
UK
Contact person: Angela Mortley
Telephone: +44 1935381968
E-mail: angelamortley@nhs.net
NUTS: UKK23
Internet address(es)
Main address: https://in-tendhost.co.uk/scwcsu/aspx/Home
Address of the buyer profile: www.somersetccg.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/scwcsu/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/scwcsu/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Somerset CCG - IUC
Reference number: PR002452
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Somerset Clinical Commissioning Group seeks to commission an Integrated Urgent Care service for patients in Somerset, to include 111 (Telephone and Online), a Clinical Assessment Service (CAS), Face-to-Face Consultation and a Single Point of Access (SPoA). The total budget available is 7 149 000 GBP including VAT per annum. The CCG reserves the right to include, at additional value, the following services within any contract ultimately let without recourse to a further advert or formal procurement process: GP 999 Car, Minor Injury Units / Urgent Treatment Centres, Directory of Services, GP Improved Access. Contracts will be for an initial term of 61 months, ending 31.3.2024 with a possible extension of any period up to a further 60 months, as defined and at the discretion of the Commissioner. Services are planned to commence from 25.2.2018. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
II.1.5) Estimated total value
Value excluding VAT:
152 085 750.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKK23
Main site or place of performance:
Somerset.
II.2.4) Description of the procurement
Somerset Clinical Commissioning Group (SCCG) seeks to commission an Integrated Urgent Care service for patients, residents and visitors to Somerset. The procurement is driven by the need to re-procure an Integrated Urgent Care service, which brings together NHS 111 and GP Out of Hours provision for people with urgent care needs. The procurement seeks to appoint a service which is innovative, meets patients’ expectations and fits the needs of the Somerset population now and throughout the contract period. Contracts will be for an initial term of 61 months, ending on 31.3.2024, with a possible extension of any period up to a further 60 months, as defined and at the discretion of the Commissioner. Services are planned to commence from 25.2.2018. The total budget available is 7 149 000 GBP including VAT per annum. SCCG is responsible for planning and buying healthcare services for over half a million people across Somerset. Led by local doctors and healthcare professionals with knowledge of their specific communities and patient needs, we are committed to improving the health of Somerset’s population. SCCG is made up of 69 GP practices, operating in nine commissioning localities. They work together to ensure the best possible healthcare is available and meets the needs of people in Somerset. The scope and value of the contract with the Provider will be partially determined through the procurement procedure being undertaken. As a minimum, the Provider will be commissioned to be responsible for the delivery of the following core functions with a budget of 7 149 000 GBP:
— 111 (Telephone and Online),
— Clinical Assessment Service,
— Face-to-Face Consultation and Treatment,
— Single Point of Access for healthcare professionals SCCG are looking for services to be delivered in an innovative way that meets the needs of the Somerset population now and throughout the contract period, so SCCG expects the service to constantly engage with the public and professionals, and in agreement with commissioners, to evolve the service to ensure it is fit for purpose and meeting patients’ expectations. The service needs to work in an integrated manner with other service providers in the area to offer a seamless experience across the urgent care system, particularly from a patient's view point. Due to the complex nature of the re-commissioning, and the complexity of the urgent care system within which it is being commissioned, SCCG will be using a phased approach in order to secure the transformational change required in Somerset. Once appointed, the Commissioner will work with the Provider to further transform services, the specific scope of which will be determined through discussion with the Provider. The maximum annual value provided within this advert is therefore the maximum value of the core functions defined above. Given the changing urgent care landscape, and the need for integrated provision, SCCG also reserves the right to include the following services within any contract ultimately let without recourse to a further advert or formal procurement process:
— GP 999 Car,
— Minor Injury Units / Urgent Treatment Centres,
— Directory of Services,
— GP Improved Access The combined total value of these services is estimated to be c. 6 000 000- 8 000 000 GBP. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners, through the In-Tend e-procurement system (https://in-tendhost.co.uk/scwcsu/aspx/Home) from where full information can be accessed.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
152 085 750.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
25/02/2019
End:
31/03/2024
This contract is subject to renewal: Yes
Description of renewals:
Contracts will be for an initial term of 61 month, ending on 31.3.2024 months, with a possible extension of any period up to a further 60 months, as defined and at the discretion of the Commissioner. Services are planned to commence from 25.2.2018.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Contracts will be for an initial term of 61 months, ending on 31.3.2024, with a possible extension of any period up to a further 60 months, as defined and at the discretion of the Commissioner. Services are planned to commence from 25.2.2018.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/06/2018
Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
01/06/2018
Local time: 10:00
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2022.
VI.3) Additional information
Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement portal (In-tend). https://in-tendhost.co.uk/scwcsu/aspx/Home In order to submit a bid, you will need to register on the e-procurement portal and 'express an interest' and then complete all necessary questions as specified within the documents. On registration, please include at least two contacts to allow for access to the portal in times of absence. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 (the Regulations) which are not subject to the full regime of the Regulations, but is instead governed by the Light Touch Regime contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (Open, Restricted, Competitive Procedure with Negotiation, Competitive Dialogue or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.
VI.4) Procedures for review
VI.4.1) Review body
Somerset CCG
Wynford House, Lufton Way, Lufton
Yeovil
BA22 8HR
UK
Telephone: +44 1935381968
E-mail: angelamortley@nhs.net
Internet address(es)
URL: www.somersetccg.nhs.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.
VI.4.4) Service from which information about the review procedure may be obtained
Somerset CCG
Wynford House, Lufton Way, Lufton
Yeovil
BA22 8HR
UK
Telephone: +44 1935381968
E-mail: angelamortley@nhs.net
Internet address(es)
URL: www.somersetccg.nhs.uk
VI.5) Date of dispatch of this notice
27/04/2018