Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Procurement for the provision of a Surrey Integrated Urgent Care Service

  • Cyhoeddwyd gyntaf: 12 Chwefror 2018
  • Wedi'i addasu ddiwethaf: 12 Chwefror 2018

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
NHS East Surrey Clinical Commissioning Group
ID Awudurdod:
AA66161
Dyddiad cyhoeddi:
12 Chwefror 2018
Dyddiad Cau:
06 Mawrth 2018
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85100000 Gwasanaethau iechyd Gwasanaethau iechyd a gwaith cymdeithasol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
NHSCS.commissioning@nhs.net
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.