CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
NHS Medway Clinical Commissioning Group |
Fifty Pembroke Court, Chatham Maritime |
Chatham |
ME4 4EL |
UK |
Mr Richard Barrett |
+44 34337402 |
richard.barrett2@medway.gov.uk |
|
http://www.medwayccg.nhs.uk/
https://www.kentbusinessportal.org.uk/
https://www.kentbusinessportal.org.uk/
https://www.kentbusinessportal.org.uk/
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityMedway CCG Community Adult Anti-Coagulation Service. |
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
UKJ41 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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)
The Medway CCG is looking to appoint a provider that can deliver a high quality, effective, accessible, timely, responsive, non-discriminatory cost effective community based anticoagulation therapy service that will address the health needs of the population at flexible sites, through a flexible model of delivery that significantly contributes both to improving the well-being of the population and to reducing inequalities.
The service shall:
Deliver services which are more accessible and convenient for patients, i.e. close to patient's homes, timely and easily accessible. Ensure efficient, timely and prompt communication mechanisms between the anticoagulation service and GP's; Deliver clear and appropriate treatment pathway(s) for patients, for use by referrers, and ensure patients move smoothly through the pathway by facilitating appropriate onward referral; Support the onward referral of patients into primary, secondary and tertiary services and where necessary provide electronic reports and treatment guidance. Inform referring clinicians of the need to urgently onward refer where appropriate. Deliver the right medication, right dose, right patients, right time and right route. Improved patient pathway and experience. To included but not exhaustive: Management of patient Self-management/self-monitoring Domiciliary Interoperability with acute hospitals and other community services e.g. stroke, AF. Interoperability with GPs, including recommendations on medication changes and for NOAC prescribing Management of patients receiving vitamin K antagonists at risk of under-coagulation, (result in thrombosis), and over-coagulation (result in haemorrhage) The service will comprise of a multi-disciplinary team which will have access to a suitable level of relevant clinical advice during clinic times.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85100000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe Medway CCG is looking to appoint a provider that can deliver a high quality, effective, accessible, timely, responsive, non-discriminatory cost effective community based anticoagulation therapy service that will address the health needs of the population at flexible sites, through a flexible model of delivery that significantly contributes both to improving the well-being of the population and to reducing inequalities. The service shall:
Deliver services which are more accessible and convenient for patients, i.e. close to patient's homes, timely and easily accessible. Ensure efficient, timely and prompt communication mechanisms between the anticoagulation service and GP's;
Deliver clear and appropriate treatment pathway(s) for patients, for use by referrers, and ensure patients move smoothly through the pathway by facilitating appropriate onward referral;
Support the onward referral of patients into primary, secondary and tertiary services and where necessary provide electronic reports and treatment guidance. Inform referring clinicians of the need to urgently onward refer where appropriate.
Deliver the right medication, right dose, right patients, right time and right route. Improved patient pathway and experience.
To included but not exhaustive:
Management of patient Self-management/self-monitoring Domiciliary Interoperability with acute hospitals and other community services e.g. stroke, AF. Interoperability with GPs, including recommendations on medication changes and for NOAC prescribing Management of patients receiving vitamin K antagonists at risk of under-coagulation, (result in thrombosis), and over-coagulation (result in haemorrhage). The service will comprise of a multi-disciplinary team which will have access to a suitable level of relevant clinical advice during clinic times. |
|
1 497 2501 830 000 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals1 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts24 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Authority reserves the right to require a performance bond, parent guarantee or other forms of undertaking to secure contractual performance.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Full details will be included in the tender documentation. Payment will be in pounds sterling and will be made by means of electronic transfer.
|
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
The authority requires that it deals with a single legal entity where there is more than one economic operator, the authority reserves the right to require a grouping of economic operators to take a particular single legal form and each party undertakes joint and several 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
Suppliers wishing to participate in this tender are required to register on the Kent business portal e-Tendering System. The full suite of tender documents issued will be made available for download. The authority will use the suitability questionnaire to evaluate suppliers' economic and financial standing, technical capacity and experience to ensure they meet the Authorities minimum requirements. This will include, but not be limited to;
name, address, telephone number, contact details, status (sole trader, partnership, private or public company) together with the length of trading, parent or holding company details and other subsidiary companies within the group (if applicable). The responses provided in the questionnaire will enable the necessary evaluation to select contractors whose entire invitation to tender will be evaluated.
|
III.2.2)
|
Economic and financial capacity
Interested parties are required to complete the suitability questionnaire available for download. This includes submission of accounts (including holding company if applicable) details of current financial standing, name and address of bankers and insurance details. A detailed explanation of the evaluation methodology and minimum criteria to be satisfied are set out in the suitability questionnaire. A credit reference agency check will also be undertaken.
Interested parties are required to complete the suitability questionnaire available for download. This includes submission of accounts (including holding company if applicable) details of current financial standing, name and address of bankers and insurance details. A detailed explanation of the evaluation methodology and minimum criteria to be satisfied are set out in the suitability questionnaire. A credit reference agency check will also be undertaken.
|
III.2.3)
|
Technical capacity
Interested parties are required to complete the suitability questionnaire available for download. Within the suitability questionnaire, interested parties may be asked to evidence the following, but not limited to:
1) details of similar contracts including value and types and awarding body;
2) details of references;
3) details of commercial and technical facilities;
4) company organisation details;
5) details of quality procedures and accreditation;
6) environmental policies;
7) health and safety policies;
8) equality, diversity and other employment policies.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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 |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Quality |
70 |
|
Price |
30 |
|
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
A2LU-83FCO2
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 06-11-2015
13:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 06-11-2015
13:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 6-10-2015
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
6-11-2015
13:00
|
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
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 06-10-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
NHS Medway Clinical Commissioning Group |
Fifty Pembroke Court, Chatham Maritime |
Chatham |
ME4 4EL |
UK |
Mr Richard Barrett |
+44 34337402 |
richard.barrett2@medway.gov.uk |
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
NHS Medway Clinical Commissioning Group |
Fifty Pembroke Court, Chatham Maritime |
Chatham |
ME4 4EL |
UK |
Mr Richard Barrett |
+44 34337402 |
richard.barrett2@medway.gov.uk |
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
NHS Medway Clinical Commissioning Group |
Fifty Pembroke Court, Chatham Maritime |
Chatham |
ME4 4EL |
UK |
Mr Richard Barrett |
+44 34337402 |
richard.barrett2@medway.gov.uk |
|
|
|