Hysbysiad contract
Adran I:
Awdurdod
contractio
I.1) Enw a chyfeiriad
East Surrey CCG, Guildford & Waverley CCG, North West Surrey CCG and Surrey Downs CCG
The Atrium. Curtis Road.
Dorking
RH4 1XA
UK
Person cyswllt: Jeff Scott — NHS Commercial Solutions (on behalf of the Commissioners)
E-bost: NHSCS.commissioning@nhs.net
NUTS: UKJ2
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.nwsurreyccg.nhs.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://commercialsolutions.bravosolution.co.uk/
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://commercialsolutions.bravosolution.co.uk/
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Procurement for the provision of a Surrey Integrated Urgent Care Service
II.1.2) Prif god CPV
85100000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The purpose of this notice is to alert interested parties to the publication by the Awarding Authorities (see below) of the PQQ for a tender for the services identified above.
The Awarding Authorities are utilising the services of NHS Commercial Solutions to assist with the procurement elements of the project. Full tender information and documentation will be provided via the Bravo eTendering system. This notice contains details of how potential providers may access the tender documentation.
Project Description The following Clinical Commissioning Groups (East Surrey CCG, Guildford & Waverley CCG, North West Surrey CCG and Surrey Downs CCG — North West Surrey CCG being the lead Commissioner) are approaching the market to procure an IUC Service incorporating a combined NHS 111 and GP Out-of-Hours service which will provide clinical assessment and face to face treatment. The Clinical Commissioning Groups identified above will be referred to in this Notice as the Awarding Authority.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 44 500 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKJ2
Prif safle neu fan cyflawni:
The geographic areas in Surrey covered by the CCGs comprising the Awarding Authority.
II.2.4) Disgrifiad o’r caffaeliad
The Awarding Authority seeks to award, for registered and resident patients within the commissioning geography, a Supplier Contract for the provision of a fully integrated 24/7 Integrated Urgent Care Service incorporating access via NHS 111 and Online, a Clinical Assessment Service, and a GP Out-of-Hours Treatment service.
The Awarding Authority seeks to award the contract to a single legal entity responsible for the provision and operation of a visionary IUC Service. This includes responsibility for the financial and budgetary management, budgetary analysis, clinical governance and overall contract management of the call centre and interconnectivity with community services, emergency departments, primary care, ambulance services and any other applicable services and provisions to maximise patient care efficiency across the Health and Social Care system. The Supplier will be required to deliver a service that offers a seamless patient journey from NHS 111 contact/Online access to the establishment of a treatment plan (including direct electronic appointment booking) or closure on advice.
The duration of this contract award will be an initial 5 years period with an option to extend once for up to 3 years.
The Awarding Authority wishes to establish the Most Economically Advantageous Tender (“MEAT”) for the Contract. The Awarding Authority is managing this Procurement in accordance with the Public Contracts Regulations 2015 (the “Regulations”) and the Service(s) are being procured as “Light Touch Regime” services using a Procedure akin to a Restricted process. The Awarding Authority will also observe the requirements of the Procurement Patient Choice and Competition Regulations 2013 (PPCCR 2013).
The Awarding Authority intends to run a fully transparent tender process based on the OJEU Restricted Procedure.
Submission of a bid will be deemed to be acceptance of these conditions and process.
The Invitation to Tender will be open to all suitably qualified providers. This notice is voluntary and does not mean that the Awarding Authority accepts that the Regulations apply to this intended procurement to any greater extent just by virtue of the publication of the notice or utilisation of a particular procurement process.
The Awarding Authority is supported and advised in the Procurement by its procurement partner NHS Commercial Solutions (NHSCS) which is managing this procurement.
Registration Information for Potential Providers. See Section VI.3 Additional Information.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 44 500 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 60
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Option to extend once for up to a further 3 years.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer yr ymgeiswyr a ragwelir: 6
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
See the tender documentation for details.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
See tender documentation.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
See tender documentation.
Lefel(au) gofynnol y safonau sydd eu hangen:
See tender documentation.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
See tender documentation.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2018/S 007-011434
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
06/03/2018
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
04/04/2018
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 4 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
The Invitation to Tender will be open to all suitably qualified providers — see tender documentation for full details. This notice is voluntary and does not mean that the Awarding Authority accepts that the Regulations apply to this intended procurement to any greater extent just by virtue of the publication of the notice or utilisation of a particular procurement process.
The Awarding Authority is supported and advised in the Procurement by its procurement partner NHS Commercial Solutions (NHSCS) which is managing this procurement registration Information for Potential Providers.
The tender will be conducted via the NHS Commercial Solutions Bravo e tendering system. Bidders wishing to Express an Interest (EOI) in participating will be required to register on the Bravo system if they have not previously done so. This can be done at any time via this web link:
https://commercialsolutions.bravosolution.co.uk
NHS Commercial Solutions is utilising the Bravo system to administer this Procurement and to communicate with potential Bidders. Accordingly, there will be no hard copy documents issued to potential Bidders. All tender communications with the Awarding Authority and NHS Commercial Solutions will be conducted via the Bravo secure messaging service within the portal hosted by BravoSolution, the managed service provider for the NHS Commercial Solutions eTendering system.
It is free to register on the portal, and it can be accessed at any time of day. Should Bidders have any queries, or if Bidders are having problems registering on the portal, they should contact the BravoSolution dedicated Supplier Support, available from the Bravo Help desk:
Phone: 0800 368 4850 (Monday to Friday 9:00 am to 6:00 pm).
E-mail: help@bravosolution.co.uk
The Bravo Project number for this tender will be Project 2663.
The Bravo Pre-Qualification Questionnaire number will be pqq_951.
Full tender documentation is only available via this portal.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
North West Surrey CCG
Weybridge
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
05/02/2018