Integrated Norfolk and Wisbech NHS 111 and Primary Care Out-of Hours Services
The lot consists of two service elements. There will be two separate service specifications — 1 for each service element.
United Kingdom-Norwich: Health and social work services
2014/S 214-379266
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS NELCSU
Lakeside 400, Old Chapel Way, Broadland Business Park
For the attention of: Robert Smith
NR7 OWG Norwich
UNITED KINGDOM
Telephone: +44 1603257027
E-mail: robert.smith20@nhs.net
Internet address(es):
Address of the buyer profile: www.nelcsu.nhs.uk/
Further information can be obtained from: The PQQ documentation is available for download from the East of England Collaborative Procurement Hub Bravo e-sourcing platform at https://eoecph.bravosolution.co.uk/web/login.shtml?_ncp=1366801018675.99403-1
Lakeside 400, Broadland Business Park
NR7 0WG Norwich
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS NEL CSU
Lakeside 400, Broadland Business Park
For the attention of: Robert Smith
NR7 0WG Norwich
UNITED KINGDOM
Telephone: +44 1603257027
E-mail: robert.smith20@nhs.net
Internet address: http://www.nelcsu.nhs.uk
Tenders or requests to participate must be sent to: https://eoecph.bravosolution.co.uk/web/login.shtml?_ncp=1366801018675.99403-1
As above
For the attention of: As above
UNITED KINGDOM
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 Norwich Clinical Commissioning Group
http://www.norwichccg.nhs.uk/
Room 202 City Hall, St Peter’s Street
NR2 1NH Norwich
UNITED KINGDOM
NHS South Norfolk Clinical Commissioning Group
http://www.southnorfolkccg.nhs.uk/
Lakeside 400, Broadland Business Park
NR7 0WG Norwich
UNITED KINGDOM
NHS West Norfolk Clinical Commissioning Group
http://www.westnorfolkccg.nhs.uk/
King’s Court, Chapel Street
PE30 1EL King’s Lynn
UNITED KINGDOM
NHS North Norfolk Clinical Commissioning Group
http://www.northnorfolkccg.nhs.uk/
1 Mill Close
NR11 6LZ Aylsham
UNITED KINGDOM
NHS Cambridge and Peterborough Clinical Commissioning Group, represented by Wisbech Local Commissioning Group
http://www.cambridgeshireandpeterboroughccg.nhs.uk/Wisbech/
Lockton House, Clarendon Road
CB2 8FH Cambridge
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: Norfolk, and Wisbech Cambridgeshire.
NUTS code UKH13
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)
Element 1 — NHS 111
The NHS 111 Service is based on national requirements so that a consistent core identity and quality of service is maintained across the country. The service is commissioned locally by the NHS in a way that is most appropriate for any given area.
The principal aims of the NHS 111 service are to:
— provide safe, high quality 111 services;
— get people to the right service first time, including self-care where appropriate;
— reduce health inequalities by improving access;
— improve the public experience accessing urgent healthcare.
Element 2 — Primary Care Out of Hours Services
The Primary Care Out of Hours service will be based around the National Quality Requirements for Out of Hours services. The aims of the Service are to provide a clinically safe and competent Primary Care Out of Hours Service for the population of Norfolk, allowing for some local variation. The commissioned service will provide access to unplanned urgent care, working in partnership with the wider urgent care system across primary, community, secondary health and social care. The Provider will ensure that it integrates with other providers to achieve an improved patient pathway and patient experience, high quality medical services and a measurable reduction in unnecessary or inappropriate Ambulance despatches and Emergency Department attendances.
Provision of a comprehensive Primary Care Out of Hours service will include telephone triage, face to face consultations at base and patients’ homes delivered by GPs and/or other healthcare professionals as required/clinically indicated.
General information
The Commissioners are seeking clinically sound, innovative and value for money solutions for the delivery of any resulting contract. The Commissioners will expect that the providers work closely with the local CCG’s and develop services for their local population.
Full details on the required services and supporting information will be outlined in the Invitation to Tender documentation pack.
We anticipate that Bidders who are pre-qualified will be invited to attend a pre-ITT engagement event on Tuesday 16 December, where further details, including access to a range of stakeholders, will be provided.
Potential bidders who feel they are unsuitable to act as a prime bidder, but who may wish to act as a subcontractor to a prime bidder for the provision of services, should express an interest in this requirement via the Bravo e-sourcing platform. Such expressions must state that they wish to be considered for selection as a potential sub-contractor. Potential subcontractors are requested to complete the Short-Form Provider Profile template only (not the PQQ response document) for this purpose. The Provider Profiles will be shared with all short-listed organisations who may then be in contact to explore potential service delivery arrangements.
II.1.6)Common procurement vocabulary (CPV)
85000000, 85121000, 79512000, 85100000, 85142000
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:
Estimated value excluding VAT: 42 500 000 GBP
II.2.2)Information about options
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.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
Objective criteria for choosing the limited number of candidates: As set out in the PQQ documentation.
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
Prior information notice
Notice number in the OJEU: 2014/S 168-299245 of 3.9.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The PQQ documentation is available for download from the East of England Collaborative Procurement Hub Bravo e-sourcing platform athttps://eoecph.bravosolution.co.uk/web/login.shtml?_ncp=1366801018675.99403-1
VI.5)Date of dispatch of this notice: