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

Urgent Care Centre.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Ashford and St Peter's Hospitals NHS Foundation Trust
St Peter's Hospital
Contact point(s): Supplies and Procurement
For the attention of: Melvyn Lake
KT16 0PZ Chertsey
UNITED KINGDOM
Telephone: +44 1932722647
E-mail: [email protected]

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:
Urgent Care Centre.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services

NUTS code UKJ23

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Trust wishes to trial the operation of an Urgent Care Centre (UCC) on the St. Peters site for a period of up to 18 months up until the 31.3.2017, Our vision is for the UCC to reduce substantially the current activity within our Emergency Department (ED), so that the ED is able to concentrate on the most acute patients thus improving the experience of both patients and staff.
The UCC will be located opposite the current Emergency Department (ED) on the St Peter's site.
The UCC will operate between eighteen and twenty four hours, seven days a week, 365 days per year and will share a single reception with the ED. The UCC will act as a single point of access to on-site emergency and urgent care services for walk-in patients. It is expected that the UCC will integrate with current service provision but will develop the distinctive culture and approach of a primary care service, with experienced and appropriately skilled primary care clinicians leading the service, working alongside other healthcare professionals undertaking assessments and seeing and treating patients.
Service providers of the UCC and the ED will be required to work together to ensure fully integrated and seamless care pathways. There will be clear lines of responsibility and accountability, both within and between provider organisations, ensuring handovers of care between providers are fully defined - but seamless to the patient. It is expected that the UCC will not duplicate support services - for example it will have access to the diagnostics and investigations run by the Trust from the hospital site and will not duplicate reception staff.
In this UCC model, the service will not constitute a further access point for routine NHS care in the health economy; neither will it allow duplication of existing services. Patients attending the UCC with routine or out of hours primary care needs will be appropriately and actively navigated back into core primary / community services.
The UCC will see approximately 40 000-50 000 patients per year.
Estimated cost excluding VAT: Range: between 1 800 000 GBP and 2 600 000 GBP per annum, hence for an 18 month pilot 2 700 000 GBP to 3 900 000 GBP.
II.1.6)Common procurement vocabulary (CPV)

85000000, 85140000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
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.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:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
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)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
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
no
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
4.8.2015 - 13:00
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
VI.3)Additional information
The Trust does not bind itself to accept the lowest offer and reserves the right to accept in whole or in part, each item for this purposes being treated as separately. The Trust cannot be held responsible for any costs incurred by Offerors in relation to the preparation of their offer and any subsequent post offer clarification.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
1.7.2015