Contract notice

Information

Published

Date of dispatch of this notice: 09/10/2014

Expire date: 10/11/2014

External Reference: 2014-798410

TED Reference: 2014/S 196-346785

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Services

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

NHS Shared Business Services Ltd (NHS SBS) on behalf of NHS Heywood Middleton and Rochdale Clinical Commissioning Group
05280446
Halyard Court, 31 Broadway, The Quays
M50 2UW  Salford
UK
For the attention of: Andrea Bird
E-mail: andrea_bird@nhs.net
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/39
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9708&B=NHSSBS
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=9708&B=NHSSBS
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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: yes
NHS Heywood Middleton and Rochdale Clinical Commissioning Group
UK

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Integrated Care Collaborative for Integrated Neighbourhood Teams (INTs) on behalf of NHS Heywood Middleton and Rochdale Clinical Commissioning Group

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No25:  Health and social services
    Main site or location of works, place of delivery or of performance:

    North West

    NUTS code
    UNITED KINGDOM
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    NHS Heywood, Middleton and Rochdale Clinical Commissioning Group is inviting providers to deliver a safe, cost-effective Integrated Collaborative for Integrated Neighbourhood Teams (INTs) service.

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    85100000   Health services
    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:

    NHS Heywood, Middleton and Rochdale Clinical Commissioning Group (NHS HMR CCG) is inviting providers to deliver an innovative, safe, cost-effective Integrated Collaborative for Integrated Neighbourhood Teams (INTs) service. Integrated Neighbourhood Teams (INTs) are multidisciplinary teams of health and social care professionals who will be aligned to GP practices across the borough. The INTs will serve the population aged 18 and over registered with a Heywood Middleton & Rochdale GP practice. One of the key elements of INTs is to streamline the approach to case managing care for patients with multiple long term conditions. They will have a core team consisting of a GP practice representative, Community Matron, and a District Nurse who will seek input from a range of other specialist health and social care services as and when required. By ensuring that all partners from community, primary, hospital and social care are involved there will be a more integrated approach to care for each patient. This new approach will reduce the number of patients needing hospital care. INTs will also be responsible for helping patients to take some responsibility for self-care – i.e. managing their condition and knowing when to contact their lead healthcare professional when their condition worsens.Establishing INTs wrapped around GP practices will also ensure that there is the opportunity to seek input from a range of health and social care specialists in the borough so that any specific care required can be provided early to reduce the need for admission to hospital. The INTs will also be able to work with patients so that they can share in decisions about their care. Within the team it should be a given that professionals can cross refer to another member of INT. The INTs must be delivered by a provider collaborative. NHS HMR CCG would like to offer the opportunity to deliver services to both large scale organisations and also to smaller, more niche organisations through the commissioning of collaboratives of providers. The patients that this service will serve require a careful holistic assessment based on a bio-psycho-socio care model (where patients and carers are involved in the decision making). Many people will have social, psychological, economic and environmental factors that cause additional complexities to their needs. Where possible, service delivery should be flexible and re-designed to support people with multiple morbidities. This type of care delivery requires a fully integrated response across health and social care linking to housing, employment, benefits and voluntary sectors as and when appropriate. Commissioners are keen to look for innovative models of care delivery and providers that are willing to change models to improve care as needed. The scope of this service must deliver care that patients will be able to access community health services will be a 7 days per week service. The core focus of the INT will deliver planned care, and will develop robust links with rapid access Urgent Care Community Team (UCCT) and other services to ensure timely interventions to step up care to prevent unnecessary hospital admissions such as Mental Health community teams. The key Objectives are: • Reduce emergency admissions, re-admissions and A&E attendances to hospital by at least 25% over 5 years as an integral component of the wider system reforms • Reduce admissions into long term care homes • Increase the use of step up facilities in the intermediate care tier • Supporting the frail elderly and orthopaedic discharges from secondary care ensuring that discharge if timely and co-ordinated with the appropriate rehabilitation plans in place Reduction in number of inappropriate resuscitations and admissions into hospital in the last hours or days of life • Reduction in the number of palliative care patients requiring secondary care intervention • Reduction in the number of people dying in hospital and an increase in the number of patients dying in their preferred place of choice • To reduce delayed discharges from hospital • Reduce social isolation and link with the 3rd Sector and other key partners to improve social inclusion for those identified as isolated. The contract will be for a duration of 60 Months with an option to extend for a further 24 months. The expected service commencement date is June 2015. This tender process will be conducted as a two stage Restricted Procedure. Stage 1 Bidders wishing to express an interest in participating in the Pre-Qualification Questionnaire (PQQ) stage should register their interest on the EU Supply Website to access the documentation. To register on EU Supply please log on to the following website: https://nhssbs.eu-supply.com and look for tender reference number 18178. The PQQ will be available on EU Supply (https://nhssbs.eu-supply.com) from the 9th October 2014 until 1600 hours on the 10th November 2014. An evaluation process will then take place and short-listed Bidders will be taken through to the next stage of the process. Stage 2 The second stage will involve those shortlisted organisations being invited to tender. For support registering on EU Supply and downloading the PQQ Documentation please contact the e-Tendering help desk on 0800 840 2050 or support@eu-supply.com. The procurement is being undertaken as a Part B process and the OJEU process and adherence to the Public Contracts Regulations is voluntary. An OJEU and Contract Finder notice has also been published as part of this process.

    Estimated cost excluding VAT: 52500000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Duration in months: 060 (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:

    Details will be included in the procurement documentation available for download from EU supply eTendering portal: https://nhssbs.eu-supply.com

    III.1.2)

    Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

    Details will be included in the procurement documentation available for download from EU supply eTendering portal: https://nhssbs.eu-supply.com

    III.1.3)

    Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

    Details will be included in the procurement documentation available for download from EU supply eTendering portal: https://nhssbs.eu-supply.com

    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:

    Details will be included in the procurement documentation available for download from EU supply eTendering portal: https://nhssbs.eu-supply.com

    III.2.2)

    Economic and financial ability

    Information and formalities necessary for evaluating if the requirements are met:

    Details will be included in the procurement documentation available for download from EU supply eTendering portal: https://nhssbs.eu-supply.com

    Minimum level(s) of standards possibly required:

    Details will be included in the procurement documentation available for download from EU supply eTendering portal: https://nhssbs.eu-supply.com

    III.2.3)

    Technical capacity

    Information and formalities necessary for evaluating if the requirements are met:

    Details will be included in the procurement documentation available for download from EU supply eTendering portal: https://nhssbs.eu-supply.com

    Minimum level(s) of standards possibly required:

    Details will be included in the procurement documentation available for download from EU supply eTendering portal: https://nhssbs.eu-supply.com

    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: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  5
    Objective criteria for choosing the limited number of candidates: 

    Potential Bidders should be aware that only the 5 highest scoring bidders will be taken through to the ITT stage of the procurement process. Potential Bidders should express their interest in delivering this service and complete a PQQ response.

    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

    The EU-Supply Tender reference number is - 18178

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    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

    10.11.2014 - 16:00
    IV.3.5)

    Date of dispatch of invitations to tender or to participate to selected candidates

    03.12.2014
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    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.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained

    NHS SBS Shared Business Services Ltd
    Halyard court, Chandlers Point, 31 Broadway
    M50 2UW  Salford
    UK
    E-mail: Andrea_Bird@nhs.net
    Internet address: http://www.sbs.nhs.uk