Community Based Urgent Care Services to Devon
Give a single lead accountable provider (with its subcontractors) the ability to construct an overall pathway of care and incentives that provide the commissioner with the outcomes that they want.
United Kingdom-Exeter: Health and social work services
2015/S 057-100235
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Northern Eastern and Western Devon Clinical Commissioning Group
County Hall, Topsham Road
For the attention of: Mark Harding, Clinical Procurement manager, South West Commissioning Support
EX2 4QL Exeter
UNITED KINGDOM
Telephone: +44 7717808055
E-mail: clinical.procurement@swcsu.nhs.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/swcsu/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/swcsu/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
NHS England
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 UKK4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
— Create an environment which enables services to align themselves to reduce duplication of delivery and consistency of governance approaches.
— Creates a better environment to align outcome indicators and reduce perverse incentives in the urgent care system for individual providers.
— Give a single lead accountable provider (with its subcontractors) the ability to construct an overall pathway of care and incentives that provide the commissioner with the outcomes that they want.
— Encourage collaboration in the urgent care landscape with the right levers and incentives in place. Providers can directly work together, supported by the contracts between them, to ensure the pathway is as efficient and effective as possible. The prime contractor model is sufficiently flexible to accommodate a range of payment mechanisms and incentives.
— Meet the economic imperative to deliver significantly better health care outcomes for the same resource.
— Allow commissioners to concentrate on outcome measures and not micro manage provider services.
— Allow a more flexible approach to payment mechanisms.
Further information can be found in the Urgent Care in the Community sections in the following documents:
— Strategic Framework;
— Case for Change;
— Engagement Report.
These documents provide the strategic direction for community services, including design principles, and therefore the context and ambitions that the Clinical Commissioning Group is setting out to achieve to best meet the needs of patients’. They can be accessed at:http://www.newdevonccg.nhs.uk/involve/community-services/101039
II.1.6)Common procurement vocabulary (CPV)
85000000, 85149000, 85100000, 85323000, 85130000, 85141200, 85112200, 85141000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— GP and dental telephone triage for advice, diagnosis and treatment.
— A multidisciplinary home visiting service.
— Urgent care centres, (numbers and location to be defined once the final Keogh specification is available).
— Minor injury services for those areas where urgent care centres are not viable.
— Emergency dental treatment centres.
— Out of hours GP treatment capacity where it cannot be aligned with Urgent Care Centres.
— Potential to develop care co-ordination centres in some parts of the county longer term where there is a desire in rural areas to combine urgent care with long term condition management.
Estimated value excluding VAT: 66 750 000 GBP
II.2.2)Information about options
Description of these options: Contract will be for an initial term of 5 years, with a possible extension period of any period up to a further 24 months.
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: NHS NEW Devon Clinical Commissioning Group will also be utilising the supplier information database (SID4Gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via In-Tend, candidates are requested to provide or update their profile on the SID4Gov as follows:
a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk/ by clicking on the ‘Register forsid4gov’ option listed under ‘Join Us’.
b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the DandB UK website to request a DUNS Supplier Number.
c) Suppliers who already have a published profile on SID4Gov must confirm that information is up to date;
i) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 8452992994.
Please note all responses to OJEU should be made through In-tend e-sourcing system — registration is required on SID4GOV To update or provide company profiles only.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per III.2.1 above.
III.2.3)Technical capacity
As per III.2.1 above.
Minimum level(s) of standards possibly required:
As per III.2.1 above.
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
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Services are healthcare services within the meaning and scope of the National Health Service (Procurement, Patient Choice and Competition) (No.2) Regulations 2013 and are therefore not governed by the Public Contracts Regulations 2015. The tendering process will therefore be conducted in accordance with the current legislation that applies to the tendering of healthcare services within the meaning and scope of the National Health Service (Procurement, Patient Choice and Competition) (No.2) Regulations 2013. The Commissioner will run a fair and transparent tender process, treating all bidders equally. For the avoidance of doubt, the Commissioner will not be bound by the Public Contracts Regulations 2015. In addition, the Commissioner will not be bound by the Public Contracts Regulations 2006, the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://in-tendhost.co.uk/swcsu/aspx/Home
The contract is expected to commence service delivery on 1.4.2016 for a 5 year period with the option to extend for any period up to 24 months.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: