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 Award Notice

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

  • First published: 10 November 2016
  • Last modified: 10 November 2016

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:
10 November 2016
Deadline date:
-
Notice type:
Contract Award 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 One (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 AWARD NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Somerset Clinical Commissioning Group

Wynford House, Lufton Way, Lufton

Yeovil

BA22 8HR

UK

https://in-tendhost.co.uk/scwcsu/aspx/Home

Angela Mortley




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


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
Yes

II.1.2)

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

Shepton Mallet, Somerset.


UKK23

II.1.3)

This notice involves a framework agreement

Unchecked box
Unchecked box

II.1.4)

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 One (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.1.5)

Common Procurement Vocabulary (CPV)

85000000
85112200
85312500
85111400
85144000
85111000
85323000
85111200

II.1.6)

Contract covered by the government procurement agreement (GPA)

Yes

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

 120 897 287   GBP       20

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

Unchecked box
Checked box
To support the self-help and illness prevention agenda 35
To support the reduction in duplication and full integration for service delivery 15
To support improved patient quality care, pathways and environment 35
To support the reduction in cost for service delivery 15

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

SWCSU/NHSNSCCG/00000038/2015

IV.3.2)

Previous publication(s) concerning the same contract


2015/S 044-076555 04-03-2015

Other previous publications

Section V: Award of contract

V.1)

Date of contract award:

V.2)

Numbers of offers received:

3

V.3)

Name and address of economic operator to whom the contract has been awarded


Care UK Clinical Services Limited

Connaught House, 850 The Crescent, Colchester Business Park, Essex

Colchester

CO4 9QB

UK




V.4)

Information on value of contract

8

V.5)

The contract is likely to be subcontracted

Yes

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

VI.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.3.2)

Lodging of appeals

The Contracting Authority voluntarily observed the award decision notices provisions and 10 day standstill period described in the Public Contract Regulations 2015. Unsuccessful tenderers and applicants received 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 the Regulations.

VI.3.3)

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










VI.4)

Dispatch date of this Notice

 07-11-2016

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:
N/a
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.