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

Trafford Patient Care Coordination Centre.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Trafford Clinical Commissioning Group
Oakland House, 3rd Floor, Talbot Road
For the attention of: Brooks Kenny
M16 0PQ Old Trafford
UNITED KINGDOM
Telephone: +44 1618736080
E-mail:

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
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Trafford Patient Care Coordination Centre.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 5: Telecommunications services

NUTS code UKD31

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Call centre. Telephone operator services. Telephone-answering services. Software package and information systems. Information systems and servers. Database and operating software package. Telephone switchboard services. Telephone and data transmission services. Data services. Advisory services provided by nurses. Electronic data management (EDM). Electronic data exchange services. Data capture services. Data collection and collation services. Administrative healthcare services. Guidance services. Market and economic research; polling and statistics. Value-added information services. Customer services. Administrative social services. Other community, social and personal services. Telecommunications services. Records management. Administration services. Trafford Clinical Commissioning Group (CCG) is leading on a competitive dialogue process in order to commission an innovative and dynamic solution to deliver seamless coordination for all patients and service users. Working with our key partner Trafford Council, our solution is to develop a new Patient Care Coordination Centre (PCCC), working in collaboration with provider organisations which will be tried and tested to meet the needs of Trafford's local population.
The PCCC patient coordination centre is an innovative and ground breaking development and will be responsible for the delivery of seamless, coordinated, quality care. A high level vision of the deliverables for the PCCC have been developed:
Principles
- Health and Social Care Proactive System
- Patients always get the right care at the right time, in the right way through a journey which is seamless and smooth
- A focus on complexity and vulnerability
Infrastructure
- Single point of access
- Single ‘live' directory
- Supported by IT infrastructure
- Access to all records i.e. enabling patient/client care plans feeding into proactive planning
- Alignment to 111 and out of hours
- The PCCC will have a robust interface and awareness of Trafford Council's Adult Social Care access and support model.
Benefits
- Proactive and coordinated care seamlessly around the patient
- Delivery of the right care at the right time in the right place
- The level of care will be delivered from the appropriate care setting
- Provide the best possible patient experience.
- Greater focus on local issues i.e. health appointments and transport in Partington
- Report on the performance of care across the system
- Proactive Care Planning to meet health and social care needs
- Improved health outcomes, wellbeing and quality of life
Core Services
- Tracking of patient journey
- Close monitoring of vulnerable patients, following them through the care journey
- Health Transport Bureau
- ‘Auto pick up' patients as they go through the system
- Clinical coordination to support monitoring of patient/clients and appropriateness of care to need
- Full capability and capacity to gather, analyse, act on and learn from thus demonstrate achievement of measurable improvements in patient experience
The length of the awarded contract will be for a minimum of five (5) years with the option of an additional two (2) year extension. This extension will be offered as 2 separate extensions of one (1) year each.
Trafford CCG is not currently in a position to accurately state the value of the contract, as this will be dependant on the final specification which will be developed via the competitive dialogue process. However, Trafford CCG envisages that this will be in the range of GBP 500 000 - GBP 10 000 000 over the potential full 7 year life of the contract.
II.1.6)Common procurement vocabulary (CPV)

79512000, 79511000, 79510000, 48000000, 48800000, 48600000, 64214200, 64210000, 72300000, 85141220, 48613000, 64216110, 72313000, 72314000, 75122000, 85312310, 79300000, 64216210, 79342300, 85321000, 98000000, 64200000, 79996100, 75100000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Trafford CCG is not currently in a position to accurately state the value of the contract, as this will be dependant on the final specification which will be developed via the competitive dialogue process. However, Trafford CCG envisages that this will be in the range of GBP 500 000 - GBP 10 000 000 over the potential full 7 year life of the contract.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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:
It is Trafford CCG's intention to award a single contract to a legal lead contracting organisation; consortium, partnership, and sub-contracting arrangements are acceptable but it will be for the lead contracting organisation to demonstrate that its internal governace arrangements to the satisfaction of Trafford CCG are sufficiently robust to ensure service delivery.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: The criteria by which PQQ responses will be assessed is contained within the PQQ documentation which can be accessed via the following website:

https://www.delta-esourcing.com/tenders/UK-UK-Old-Trafford:-Call-centre./6V938DBSBJ

Up to a maximum of 5 providers will be shortlisted to proceed to the dialogue stage of this competitive dialogue procurement process.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
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: 2013/S 101-173030 of 28.5.2013

Other previous publications

Notice number in the OJEU: 2013/S 134-233037 of 12.7.2013

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
22.11.2013 - 17:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Trafford CCG reserves the right to introduce criteria by which shortlisted providers may be downselected at the dialogue phase, following evaluaion of PQQ submissions. Should Trafford CCG decide to introduce such criteria, these will be detailed in full within the Invitation to Participate in Dialogue (ITPD) documentation which will be issued to shortlisted providers.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Old-Trafford:-Call-centre./6V938DBSBJ

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/6V938DBSBJ

GO Reference: GO-2013107-PRO-5179635
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Trafford CCG
3rd Floor, Oakland House, Talbot Road
M16 0PQ Old Trafford
UNITED KINGDOM
Telephone: +44 1618736080

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
7.10.2013