Contract notice

Information

Published

Date of dispatch of this notice: 18/01/2019

Expire date: 18/02/2019

External Reference: 2019-590606

TED Reference: 2019/S 015-031536

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS North Norfolk Clinical Commissioning Group
na
Lakeside 400 Broadland Business Park, Old Chapel Way, Thorpe St Andrews
Norwich
NR7 0WG
UK
Contact person: David Bailey
Internet address(es):
NHS South Norfolk Clinical Commissioning Group
Lakeside 400, Broadland Business Park, Old Chapel Way, Thorpe St Andrews
Norwich
NR7 0WG
UK
Internet address(es):
I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=26980&B=OGC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
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

North Norfolk CCG Referral Management Service (RMS)
Reference number:  AGEMCSU/TRANS/19/636
II.1.2)

Main CPV code

75122000  -  Administrative healthcare services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NHS Norfolk CCG and NHS South Norfolk CCG seek to procure a Referral Management Service.
The objectives of this service cover three areas of activity: referral management, supporting practices, and supporting CCGs.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48814200  -  Patient-administration system
72253000  -  Helpdesk and support services
72253100  -  Helpdesk services
75100000  -  Administration services
75112000  -  Administrative services for business operations
79512000  -  Call centre
79994000  -  Contract administration services
II.2.4)

Description of the procurement

NHS Norfolk CCG and NHS South Norfolk CCG seek to procure a Referral Management Service.
The objectives of this service cover three areas of activity: referral management, supporting practices, and supporting CCGs.
The aims of this service are to:
• offer high quality referral service to all patients, regardless of ethnicity, language, gender, disability, sexual orientation, religious or personal circumstances, that allows patients to make an informed choice
• support participating practices to deliver high quality Referral Management including general, cataracts and section b referrals
• provide CCGs with timely and accurate information to assist the commissioning process
• support practices in their referral decision making process and efforts to reduce referral variation through data that enables peer review, knowledge building and reflective practice
• provide patients, referrers, and providers with clear communication within the agreed timeframes
• support providers in meeting referral to treatment (RTT) targets by maintaining awareness of wait times and CCG decisions around wait times, and regular forwarding of referrals
• support new or changes to service processes with referral management expertise at the request of CCGs.
Population covered
The population covered by the service is specific to the type of referrals processed. In summary:
• General referrals will be for patients registered with the 19 North Norfolk and 8 South Norfolk practices referenced in the appendices.
• Cataract referrals will be for patients registered with all practices within the North Norfolk and South Norfolk CCG areas.
• POLCV Section B referrals will be for patients registered with all practices in the North Norfolk and South Norfolk CCG areas.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/10/2019  /  End: 30/09/2024
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Option to extend the contract for an additional 2 years
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

Other practices registered in South Norfolk CCG will be offered the opportunity to opt in to the Referral Management Services

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

List and brief description of conditions:  All professional and/or trade registrations is specified within the tender documentation.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
Minimum level(s) of standards possibly required:  
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview, Section 9.4 Financial Standing
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
All technical capacity and its evaluation criteria are specified within the tender documentation.
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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 tenders or requests to participate

Date:  18/02/2019
Local time:  17:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  01/10/2019
IV.2.7)

Conditions for opening of tenders

Date:  18/02/2019
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Arden & GEM Commissioning Support Unit
Cardinal Sqaure
Derby
DE1 3QT
UK

VI.4.2)

Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit
Cardinal Square
Derby
DE1 3QT
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Arden & GEM Commissioning Support Unit
Cardinal Square
Derby
UK