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 Podiatry Reference Number: A2LV-RC6EKN. |
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, and equitable community and/or community hospital in-reach Podiatry services driven by clinical excellence and responsive to the needs of the Medway population. The service will be delivered as part of multi-disciplinary team to including referral triage, clinical care, staff and patient training, research and health promotion for medical problems affecting the foot and lower limb. The key service aims and objectives include: To provide a community-based specialist foot care service which includes the triage of referrals to identify risk. To diagnose, treat, and where applicable prevent and provide rehabilitation of lower limb disorders for adults in line with the agreed access criteria (appendix one), To provide timely proactive assessment and appropriate intervention, Adherence to relevant formularies e.g. Medway Joint Formulary and Wound Care Formulary. To provide care that is in line with most up to date national standards and guidelines, that is evidence based and cost effective, To provide a comprehensive range of podiatric treatments in line with the access criteria To provide appropriate and up-to-date advice and information on all relevant aspects of effective foot care to patients on the caseload, carers and professionals To provide access to high quality, safe care that gives timely advice, early interventions, assessment, diagnosis and treatment for patients according to their individual need Patients and their carers/relatives better supported to self-manage their condition in their own homes through a responsive service that provides easy access to appropriate clinicians and advice To ensure inter connectedness with other disease areas in particular diabetes and cardiac services To provide a proactive discharge process ensuring appropriate patients are discharged from the service with appropriate information and support packages. To provide a shared care approach ensuring communication and collaboration with relevant clinicians involved in the patients care Improved transfers of care through better integration with other healthcare services/professionals to ensure patients experience a seamless service. To ensure the service is responsive and flexible enough to respond to changing need and demand To gain insight in to patient service satisfaction levels. To provide services to excluded communities (e.g. travellers not registered with a GP) referred on from acute services, voluntary services etc. To provide a comprehensive assessment and evidence based care plan for all patients engaged in the service driving a one stop service to the majority of patients allowing the minority with most clinical need to be followed up. To raise awareness of skills and knowledge through education among local health care and social care staff, To ensure patients are appropriately informed about high risk behaviours and work to support behavioural change To ensure timely access to treatment to prevent deterioration in foot health and to prevent unnecessary admissions into secondary care To ensure effective demand management, including gate keeping, the management of waiting lists and waiting times, via an appropriate clinic booking system and the implementation of efficiency measures in all clinics To implement a strategy for identifying and reducing DNA rates in all clinics, including appropriate solutions to minimise and prevent missed appointments and to reduce wasted staff time To ensure multi-disciplinary collaborative working with other specialist services across primary, secondary and social care To provide operational workforce resilience e.g. sickness, AL, resignations, retirement etc. To provide student podiatrist training support To deliver ongoing patient / carer education on foot health and healthy footwear To manage the budget and delivery links across the treatment pathway into the voluntary sector through an agreement and partnership with Age UK who deliver low level foot care in the community. The service will offer a comprehensive range of specialist and clinical interventions ranging from health education and promotion and effective screening, triage, assessment, diagnosis and treatment of foot problems. This includes core podiatry, specialist care, podiatric biomechanics of the lower limb and the assessment and treatment of different lesions of the foot. The provider will use a range of treatments, including- surgery, sharp debridement, pharmacology, wound management, rehabilitation and therapies in conjunction with footwear advice and the provision of orthoses where appropriate.
|
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, and equitable community and/or community hospital in-reach Podiatry services driven by clinical excellence and responsive to the needs of the Medway population. The service will be delivered as part of multi-disciplinary team to including referral triage, clinical care, staff and patient training, research and health promotion for medical problems affecting the foot and lower limb. The key service aims and objectives include: To provide a community-based specialist foot care service which includes the triage of referrals to identify risk. To diagnose, treat, and where applicable prevent and provide rehabilitation of lower limb disorders for adults in line with the agreed access criteria (appendix one), To provide timely proactive assessment and appropriate intervention, Adherence to relevant formularies e.g. Medway Joint Formulary and Wound Care Formulary. To provide care that is in line with most up to date national standards and guidelines, that is evidence based and cost effective, To provide a comprehensive range of podiatric treatments in line with the access criteria To provide appropriate and up-to-date advice and information on all relevant aspects of effective foot care to patients on the caseload, carers and professionals To provide access to high quality, safe care that gives timely advice, early interventions, assessment, diagnosis and treatment for patients according to their individual need Patients and their carers/relatives better supported to self-manage their condition in their own homes through a responsive service that provides easy access to appropriate clinicians and advice To ensure inter connectedness with other disease areas in particular diabetes and cardiac services To provide a proactive discharge process ensuring appropriate patients are discharged from the service with appropriate information and support packages. To provide a shared care approach ensuring communication and collaboration with relevant clinicians involved in the patients care Improved transfers of care through better integration with other healthcare services/professionals to ensure patients experience a seamless service. To ensure the service is responsive and flexible enough to respond to changing need and demand To gain insight in to patient service satisfaction levels. To provide services to excluded communities (e.g. travellers not registered with a GP) referred on from acute services, voluntary services etc. To provide a comprehensive assessment and evidence based care plan for all patients engaged in the service driving a one stop service to the majority of patients allowing the minority with most clinical need to be followed up. To raise awareness of skills and knowledge through education among local health care and social care staff, To ensure patients are appropriately informed about high risk behaviours and work to support behavioural change To ensure timely access to treatment to prevent deterioration in foot health and to prevent unnecessary admissions into secondary care To ensure effective demand management, including gate keeping, the management of waiting lists and waiting times, via an appropriate clinic booking system and the implementation of efficiency measures in all clinics To implement a strategy for identifying and reducing DNA rates in all clinics, including appropriate solutions to minimise and prevent missed appointments and to reduce wasted staff time To ensure multi-disciplinary collaborative working with other specialist services across primary, secondary and social care To provide operational workforce resilience e.g. sickness, AL, resignations, retirement etc To provide student podiatrist training support To deliver ongoing patient / carer education on foot health and healthy footwear To manage the budget and delivery links across the treatment pathway into the voluntary sector through an agreement and partnership with Age UK who deliver low level foot care in the community. The service will offer a comprehensive range of specialist and clinical interventions ranging from health education and promotion and effective screening, triage, assessment, diagnosis and treatment of foot problems. This includes core podiatry, specialist care, podiatric biomechanics of the lower limb and the assessment and treatment of different lesions of the foot. The provider will use a range of treatments, including- surgery, sharp debridement, pharmacology, wound management, rehabilitation and therapies in conjunction with footwear advice and the provision of orthoses where appropriate. |
|
4 054 5004 955 500 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
Where there is more than one economic operator, the authority reserves the right to require a grouping of economic operators to take a particular legal form or to require that each party undertakes joint and several liability. The authority requires that it deals with a single legal entity.
|
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.
|
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
A2LV-RC6EKN
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 19-11-2015
13:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 19-11-2015
13:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 19-10-2015
|
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
|
|
|
|
19-11-2015
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 19-10-2015 |
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 |
|
|
|