Infection Prevention and Control Commissioner Advisory Service
Aims and objectives. Providing specialist advice to commissioned services for the safe management of the prevention and control of infection, promoting and driving improvements in IPC practice and standards to prevent HCAI and ensure quality care is delivered.
United Kingdom-Barnsley: Health and social work services
2015/S 062-109051
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Barnsley Clinical Commissioning Group
49/51 Gawber Road
Contact point(s): +44 1143054212
For the attention of: Squires Tony
S75 2PY Barnsley
UNITED KINGDOM
Telephone: +44 1143054212
E-mail: t.squires@nhs.net
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
Barnsley Metropolitan Borough Council
Barnsley MBC
S70 9GG Barnsley
UNITED KINGDOM
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
Main site or location of works, place of delivery or of performance: Barnsley, South Yorkshire.
NUTS code UKE31
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)
Across the health economy within Barnsley there is commitment from both commissioners and providers to achieving ongoing improvements in reducing healthcare associated infections (HCAI) as one of their key strategic priorities. To carry out this agenda an IPC infrastructure is required which will fulfil the core, statutory and quality requirements and responsibilities of NHS Barnsley Clinical Commissioning Group (BCCG) and Local Authority Public Health, Barnsley Metropolitan Borough Council (BMBC).
BCCG (as the lead commissioner) in partnership with BMBC, have agreed a shared professional responsibility to commission an IPC advisory service. This service will provide IPC strategic management in a co-ordinated approach across Barnsley health economy, identifying local priorities for driving quality improvement for IPC within service providers.
Aims and objectives.
— Providing specialist advice to commissioned services for the safe management of the prevention and control of infection, promoting and driving improvements in IPC practice and standards to prevent HCAI and ensure quality care is delivered.
—Working collaboratively across Barnsley health and social care economy to ensure positive outcomes for patients to drive IPC improvements.
— Providing expert IPC advice and develop robust processes (in accordance with national guidance/legislation) to ensure IPC is embedded as part of all organisational quality assurance frameworks and implementation of local programmes.
— Providing advice and guidance to ensure providers have appropriate IPC monitoring systems and processes in place which are safe and effective; including scrutiny and challenge to maximise patient safety and inform service developments.
— Providing guidance and support to providers in their achievement and compliance with IPC standards and practices to consistently improve the health outcomes for the population of Barnsley in relation to reducing HCAI in line with national and local trajectory objectives.
The Contract will be for a term of 3 (three) years with the opportunity to extend for a further 24 months in total reviewed annually (3+1+1). Any extension is subject to mutual agreement between the Provider and the Commissioner. The maximum term of contract is consequently 5 (five) years.
II.1.6)Common procurement vocabulary (CPV)
85000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for 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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
1. Register your company on the eSourcing portal (this is only required once).
— Browse to the eSourcing Portal: https://www.nhssourcing.co.uk and click the link to register.
— Accept the terms and conditions and click ‘continue’.
— Enter your correct business and user details.
— Note the username you chose and click ‘Save’ when complete.
— You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender.
— Login to the portal with the username/password.
— Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier).
— Click on the relevant PQQ/ ITT to access the content.
— Click the ‘Express Interest’ button at the top of the page.
— This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only).
— You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender.
— Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).
— You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification.
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT.
— There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
See Tender Documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)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
Estimated timing for further notices to be published: 3 or 4 or 5 years from award of contract.
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Monitor
Wellington House, 133-155 Waterloo Road
SE1 8UG London
E-mail: enquiries@monitor.gov.uk
VI.5)Date of dispatch of this notice: