Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Durham Dales Easington and Sedgefield CCG
Sedgefield Community Hospital, Salters Ln
Sedgefield
TS21 3EE
UK
E-mail: ddesccg.enquiries@nhs.net
NUTS: UKC14
Internet address(es)
Main address: https://www.durhamdaleseasingtonsedgefieldccg.nhs.uk/
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA31749
I.1) Name and addresses
NHS North Durham CCG
The Rivergreen Centre
Durham
DH1 5TS
UK
E-mail: nduccg.northdurhamccg@nhs.net
NUTS: UKC14
Internet address(es)
Main address: http://www.northdurhamccg.nhs.uk/
I.1) Name and addresses
NHS Darlington CCG
Dr Piper House, Kings Street
Darlington
DL3 6JL
UK
E-mail: DARCCG.contact@nhs.net
NUTS: UKC13
Internet address(es)
Main address: https://www.darlingtonccg.nhs.uk/
I.1) Name and addresses
NHS Durham Dales Easington and Sedgefield CCG
Sedgefield
UK
E-mail: NECSU.neprocurement@nhs.net
NUTS: UKC14
Internet address(es)
Main address: http://www.necsu.nhs.uk/
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from another address:
North of England Commissioning Support Unit
Teesdale House, Westpoint Road
Thornaby, Stockton- on- Tees
TS17 6BL
UK
E-mail: necsu.neprocurement@nhs.net
NUTS: UKC14
Internet address(es)
Main address: http://www.necsu.nhs.uk
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com/Account/Login
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
Community Integrated Service.
Reference number: NECS288
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
North of England Commissioning Support (NECS) are working for, and on behalf of, NHS North Durham Clinical Commissioning Group, NHS Durham Dales, Easington and Sedgefield Clinical Commissioning Group and NHS Darlington Clinical Commissioning Group (‘the CCGs) who wish to commission the provision of adult community healthcare services for the registered population covered by the CCGs.
Current services are fragmented and commissioned from a number of different providers. As a result, the CCGs, working closely with Durham County Council and Darlington Borough Council are looking to commission community services where integration across health and social care is integral to the success of the service model.
The service is to commence on 1.10.2018 for a period of 5 years with an option to extend for a further 5 years (at the discretion of the commissioners and subject to satisfactory contract performance). The financial envelope for this service is circa 51 000 000 GBP per annum.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKC14
II.2.4) Description of the procurement
North of England Commissioning Support (NECS) is managing the procurement process for NHS North Durham Clinical Commissioning Group, NHS Durham Dales, Easington and Sedgefield Clinical Commissioning Group and NHS Darlington Clinical Commissioning Group who wish to commission a Community Integrated Service.
The procurement process will be conducted in accordance with the Public Contracts Regulations 2015 (the ‘Regulations’). The Service being procured is listed at Schedule 3 of the Regulations and as such is not bound by the full scope of the Regulations. The CCG's and North of England Commissioning Support (NECS) (acting for and on behalf of the CCG's) are bound only by those parts of the Regulations that apply to the procurement of these services, which is commonly referred to as the Light Touch Regime (LTR).
Whilst the procurement process may be referred to as a Competitive Dialogue, and is similar in design to the Competitive Dialogue procedure as detailed within the Regulations, Schedule 3 of the Regulations provides the CCG's and NECS with the flexibility to define their own process as long as it complies with the provisions of Regulations 74-76 (inclusive) of the Regulations. Therefore, the CCG's and NECS do not intend (and are not obliged) to follow specified procedures in the Regulations.
There will be a Bidder Event on the morning of Thursday 16 November, which is being held in Spennymoor. Potential Bidders are requested to hold this date in their diaries; full details will be included in the tender documentation which is scheduled to be published on Friday 10 November.
NECS working for and on behalf the CCG's will be utilising an e-tendering system, Proactis. As such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the PROACTIS portal.
To express an interest in tendering for this procurement or to attend the bidder event, please register on the PROACTIS e-tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.
Please note that it is free to register on PROACTIS, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 to 17:00).
Please note that all PQQ documentations will be published on PROACTIS on Friday 10.11.2017.
The deadline for this PQQ is: 12:00 on the 1.12.2017.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
(a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions;
and
(b) How, in conducting the process of procurement, they might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to ‘economic, social, and environmental well-being’. The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for Health, Social, Education, and certain other Service Contracts).
Full details of criteria is published within the PQQ.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Procedure involving negotiations
IV.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at: (URL)
http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf
IV.1.11) Main features of the award procedure:
Public contracts for Health, Social, Education, and certain other Service Contracts listed in Schedule 3 of the Public Contracts Regulations 2015 (SI 2015 No 102) (PCR 2015) shall be awarded in accordance with Chapter 3 Section 7 Regulation 74 to 77 of PCR 2015.
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 146-302668
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/12/2017
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This procurement will be conducted via the NECS e-tendering system (Proactis) as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the PROACTIS portal.
To express an interest in tendering for this procurement, please register on the PROACTIS e-tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.
Please note that it is free to register on PROACTIS, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the eTendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 to 17:00).
(MT Ref:203674).
VI.4) Procedures for review
VI.4.1) Review body
North of England Commissioning Support Unit
Teesdale House, Thornaby
Stockton-on-Tees
TS17 6BL
UK
Internet address(es)
URL: http://www.necsu.nhs.uk
VI.4.2) Body responsible for mediation procedures
North of England Commissioning Support Unit
Teesdale House, Thornaby
Stockton-on-Tees
TS17 6BL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Commissioner will act in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Part 3 Chapter 6 Regulation 88 to 104 of the Public Contract Regulations 2015 (SI 2015 No 102) (PCR 2015). Part 3 of the PCR 2015 provides for appeals to be made to the High Court subject to the time limitations and other required procedural steps. The rules relating to appeal are complex and a dissatisfied tenderer is advised to take their own prompt legal advice.
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice — The High Court
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date of dispatch of this notice
08/11/2017