Section one: Contracting authority
one.1) Name and addresses
Bath and North East Somerset, Swindon and Wiltshire CCG
The Pierre Simonet Building, North Swindon Gateway, North Latham Road
Swindon
SN25 4DL
Contact
Angela Mortley
Country
United Kingdom
NUTS code
UKK - SOUTH WEST (ENGLAND)
Internet address(es)
Main address
https://in-tendhost.co.uk/scwcsu/aspx/Home
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/scwcsu/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/scwcsu/aspx/Home
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Bath and North East Somerset, Swindon and Wiltshire CCG - Type 2 Diabetes Digital Education Service
Reference number
WA10954
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Following contract expiry, Bath and North East Somerset, Swindon and Wiltshire CCG is seeking a QISMET accredited provider for a Type 2 Diabetes Digital Education Service for people with type 2 diabetes across the geographic area.
The Commissioner is seeking the most economically advantageous tender within their maximum budget of £65,000 per annum. The total contract value for the 2 year Contract is £130,000. At the end of the initial contract term the Commissioners will have an extension option for any number of periods up to a maximum of a further 2 years available which will be awarded at their discretion, giving a maximum possible contract value of £260,000 exclusive of reclaimable VAT, over 4 years if the full contract term is fulfilled.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.1.5) Estimated total value
Value excluding VAT: £260,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85121000 - Medical practice services
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Main site or place of performance
Bath and North East Somerset, Swindon and Wiltshire
two.2.4) Description of the procurement
Following contract expiry, Bath and North East Somerset, Swindon and Wiltshire CCG is seeking a provider for a Type 2 Diabetes Digital Education Service for people with type 2 diabetes across the geographic area. The service must offer QISMET accredited structured education through a remote, digitally-enabled structured education service, including remote therapeutic support/coaching and practical tools and information.
The Commissioner is seeking the most economically advantageous tender within their maximum budget of £65,000 per annum. The provider is required to meet or exceed the minimum volume threshold of 400 individuals commencing the programme annually within the budget parameters. The Commissioner will pay the provider based on the number of individuals commencing the programme up to a maximum of £65,000 per annum.
The total contract value for the 2 year Contract is £130,000. At the end of the initial contract term the Commissioners will have an extension option for any number of periods up to a maximum of a further 2 years available which will be awarded at their discretion, giving a maximum possible contract value of £260,000 exclusive of reclaimable VAT, over 4 years if the full contract term is fulfilled.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.2.6) Estimated value
Value excluding VAT: £260,000
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
two.2.14) Additional information
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
For the avoidance of doubt, This is a voluntary notice and does not imply that the Authority will in any way be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
See Tender Documentation
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.11) Main features of the award procedure
Most Economically Advantageous Tender, see tender document for full details.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home
In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.
On registration, please include at least two contacts to allow for access to the system in times of absence.
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.
Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.
The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period. described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.
six.4) Procedures for review
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.