By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The contracts for the provision of the GP Out of Hours (OOH) service and the Minor Injury and Illness Unit (MIIU) service at Wycombe General Hospital will come to an end in March 2018, meaning there is a need to redevelop services for a further ...

Prior information notice

This notice is a call for competition

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
NHS Aylesbury Vale CCG
Aylesbury Vale District Council offices, The Gateway, Gatehouse Road, Aylesbury, Buckinghamshire
Aylesbury
HP19 8FF
United Kingdom
Contact person: John Gibbs
E-mail:
NUTS code: UKJ1

Internet address(es):

Main address: https://in-tendhost.co.uk/scwcsu/aspx/Home

I.1)Name and addresses
NHS Chiltern CCG
Ground Floor, Chiltern District Council Offices, Amersham
Amersham
HP6 5AW
United Kingdom
Contact person: John Gibbs
E-mail:
NUTS code: UKJ1

Internet address(es):

Main address: https://in-tendhost.co.uk/scwcsu/aspx/Home

Address of the buyer profile: https://www.chilternccg.nhs.uk/

I.2)Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/scwcsu/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/scwcsu/aspx/Home
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

24/7 Primary Care Access.

Reference number: PR002108
II.1.2)Main CPV code
85000000
II.1.3)Type of contract
Services
II.1.4)Short description:

The contracts for the provision of the GP Out of Hours (OOH) service and the Minor Injury and Illness Unit (MIIU) service at Wycombe General Hospital will come to an end in March 2018, meaning there is a need to redevelop services for a further term.

NHS England has also made a commitment to improve access to general practice so that 100 % of the population has access to bookable appointments between 8:00 and 20:00 weekdays and during the weekend, where this meets local population needs.

This provides NHS Aylesbury Vale and NHS Chiltern CCGs (the CCGs) with an opportunity to align service delivery across the whole 24/7 period so that care becomes seamless and patients find it easier to access the care they need at the right time and in the right place.

II.1.5)Estimated total value
Value excluding VAT: 56 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKJ1
II.2.4)Description of the procurement:

Following extensive design and consultation work, NHS Aylesbury Vale CCG and NHS Chiltern CCG (the Commissioners) are now launching a formal process in order to source a strategic partner, under a likely Provider Collaborative, for the delivery of these critical 24/7 Primary Care services.

The scope and value of the contract(s) will be partially determined through the procedure being undertaken. As a minimum, the Provider(s) will be commissioned to be responsible for the delivery of the following:

- 24/7 Minor Injury service at Wycombe Urgent Treatment Centre

- In hours enhanced GP access

- Out of hours telephone consultations

- Out of hours face to face clinical appointments

- Out of hours integrated visiting service.

Please refer to the Commissioning Model for 24/7 Primary Care Access for further details, this is available at https://in-tendhost.co.uk/scwcsu/aspx/Home.

Due to the complex nature of the re-commissioning, the Commissioners will be using a phased approach in order to secure the transformational change required in Buckinghamshire. The approach will be in line with the Commissioners' Commissioning Assurance Framework. Once appointed, the Commissioners will work with the Provider(s) as key members of the developing Accountable Care System to collaboratively develop the model of care, the specific scope of which will be determined through discussion.

The process will be conducted through the Commissioners' In-Tend e-procurement system. More information on next steps and the process in general will be provided within a Memorandum of Information and Capability Assessment (stage 1) documentation that will be available during week commencing 24.7.2017.

The maximum annual value is expected to be in the region of 5 600 000 GBP per annum, although this is subject to change as outlined. Any contract let as a result of this Notice is expected to be for an initial period of 5 years, with options to extend the initial period by any period or periods up to a maximum of a further 5 years.

The closing date for registering an expression of interest is 12 Noon on the 25.8.2017.

This process is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 56 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

Any contract let as a result of this Notice is expected to be for an initial period of 5 years, with options to extend the initial period by any period or periods up to a maximum of a further 5 years.

II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of expressions of interest
Date: 25/08/2017
Local time: 12:00
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.5)Scheduled date for start of award procedures:

Section VI: Complementary information

VI.2)Information about electronic workflows
VI.3)Additional information:

Interested providers will be able to view this notice via the ‘current tenders’ list on in-tend. https://in-tendhost.co.uk/scwcsu/aspx/Home

The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU (‘the Directive’) and Schedule 3 to the Public Contract Regulations 2015 (‘the Regulations’). The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or 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.

Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (‘Open’, ‘Restricted’, ‘Competitive Procedure with Negotiation’, ‘Competitive Dialogue’ or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 (‘the Regulations’) which are not subject to the full regime of the Regulations, but is instead governed by the ‘Light Touch Regime’ contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The CCGs intend to award contracts for the services described in this Notice without a further Contract Notice.

VI.4)Procedures for review
VI.4.1)Review body
NHS Aylesbury Vale Clinical Commissioning Group
Aylesbury Vale District Council offices, The Gateway, Gatehouse Road, Buckinghamshire
Aylesbury
HP19 8FF
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
21/07/2017