North Kent and West Kent Integrated Community Dermatology Service
The service will be consultant led but not exclusively consultant delivered.
United Kingdom-Tonbridge: Health services
2015/S 009-011324
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
North Kent CCGs’ and West Kent CCG
Wharf House, Medway Wharf Road
For the attention of: Mr R P Barrett
TN9 1RE Tonbridge
UNITED KINGDOM
E-mail: richard.barrett2@medway.gov.uk
Internet address(es):
Address of the buyer profile: https://www.kentbusinessportal.org.uk/
Electronic access to information: https://www.kentbusinessportal.org.uk/
Electronic submission of tenders and requests to participate: https://www.kentbusinessportal.org.uk/
Further information can be obtained from: North Kent CCGs’ and West Kent CCG
Wharf House, Medway Wharf Road
For the attention of: Mr R P Barrett
TN9 1RE Tonbridge
UNITED KINGDOM
E-mail: richard.barrett2@medway.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: North Kent CCGs’ and West Kent CCG
Wharf House, Medway Wharf Road
For the attention of: Mr R P Barrett
TN9 1RE Tonbridge
UNITED KINGDOM
E-mail: richard.barrett2@medway.gov.uk
Tenders or requests to participate must be sent to: North Kent CCGs’ and West Kent CCG
Wharf House, Medway Wharf Road
For the attention of: Mr R P Barrett
TN9 1RE Tonbridge
UNITED KINGDOM
E-mail: richard.barrett2@medway.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKJ4
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
To invigorate change towards better value in healthcare locally, the North Kent CCGs and West Kent CCG are adopting an integrated approach to commissioning which focuses on outcomes from both the patient and clinical perspective. Higher quality means better value and less waste, with patients getting the right care in the right place, first time. The preferred provider will be responsible for developing and implementing a new Integrated Community Dermatology Service across the North Kent areas and West Kent area.
The key levels of the dermatology pathway are:
Level 1 — Patient self-management/support for self-care and advice to patients, carers and prevention.
Level 2 — Primary care service (GP management).
Level 3 — Integrated service, specialist dermatology triage, assessment, investigation and management (Integrated Community Dermatology Service).
Level 4 — Specialist care service.
Lot 1 North Kent CCGs
The contract period will be 3 years with the potential to extend the contract for an additional 2 years with mutual agreement. Budget is estimated to be GBP 2 900 000 per annum.
Lot 2 West Kent CCG
The contract period will be 3 years with the potential to extend the contract for an additional 2 years with mutual agreement. Budget is estimated to be between GBP 1 000 000 to GBP 1 500 000 per annum.
Duration is 36 months from contract start date with options as stated in II.2.2 to extend in 12 month increments to a total contract length of 60 months from the initial contract start date.
Estimated value excluding VAT: 5 000 000 GBP
II.2.2)Information about options
Description of these options: Duration is 36 months from contract start date with options to extend in 12 month increments to a total contract length of 60 months from the initial contract start date.
Provisional timetable for recourse to these options:
in months: 0 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 0
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 2 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: The North Kent CCGs Integrated Community Dermatology Service
1)Short description
2)Common procurement vocabulary (CPV)
85100000
3)Quantity or scope
To invigorate change towards better value in healthcare locally, the North Kent CCGs are adopting an integrated approach to commissioning which focuses on outcomes from both the patient and clinical perspective. Higher quality means better value and less waste, with patients getting the right care in the right place, first time. The preferred provider will be responsible for developing and implementing a new Integrated Community Dermatology Service across the North Kent areas.
The key levels of the dermatology pathway are:
Level 1 — Patient self-management/support for self-care and advice to patients, carers and prevention.
Level 2 — Primary care service (GP management).
Level 3 — Integrated service, specialist dermatology triage, assessment, investigation and management (Integrated Community Dermatology Service).
Level 4 — Specialist care service.
Lot 1 North Kent CCGs
The contract period will be 3 years with the potential to extend the contract for an additional 2 years with mutual agreement. Budget is estimated to be GBP 2 900 000 per annum.
Duration is 36 months from contract start date with options as stated in II.2.2 to extend in 12 month increments to a total contract length of 60 months from the initial contract start date.
Estimated value excluding VAT:
Range: between 13 000 000 and 16 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: West Kent CCG Integrated Community Dermatology Service
1)Short description
2)Common procurement vocabulary (CPV)
85100000
3)Quantity or scope
To invigorate change towards better value in healthcare locally, the West Kent CCG are adopting an integrated approach to commissioning which focuses on outcomes from both the patient and clinical perspective. Higher quality means better value and less waste, with patients getting the right care in the right place, first time. The preferred provider will be responsible for developing and implementing a new Integrated Community Dermatology Service across the West Kent area..
The key levels of the dermatology pathway are:
Level 1 — Patient self-management/support for self-care and advice to patients, carers and prevention.
Level 2 — Primary care service (GP management).
Level 3 — Integrated service, specialist dermatology triage, assessment, investigation and management (Integrated Community Dermatology Service).
Level 4 — Specialist care service.
Lot 2 West Kent CCG
The contract period will be 3 years with the potential to extend the contract for an additional 2 years with mutual agreement. Budget is estimated to be between GBP 1 000 000 to GBP 1 500 000 per annum.
Duration is 36 months from contract start date with options as stated in II.2.2 to extend in 12 month increments to a total contract length of 60 months from the initial contract start date.
Estimated value excluding VAT:
Range: between 5 000 000 and 7 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Full details are included in the tender documentation.
III.2.3)Technical capacity
Full details are included in the tender documentation.
Minimum level(s) of standards possibly required:
Full details are included in the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Weighting 0
IV.2.2)Information about electronic auction
Additional information about electronic auction:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: yes
Price: 0 GBP
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 25.3.2015 – 0:00
Place: UNITED KINGDOM
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: