Section one: Contracting authority
one.1) Name and addresses
NHS Buckinghamshire Clinical Commissioning Group
Study Centre, New County Offices, Walton St,
Aylesbury
HP20 1UX
Contact
Donna Harrington
Telephone
+44 7798781432
Country
United Kingdom
NUTS code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/scwcsu/aspx/Home
one.1) Name and addresses
NHS Oxfordshire Clinical Commissioning Group
Jubilee House, 5510 John Smith Drive, Oxford Business Park South, Cowley
Oxford
OX4 2LH
Country
United Kingdom
NUTS code
UKJ14 - Oxfordshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/scwcsu/aspx/Home
one.2) Information about joint procurement
The contract involves joint procurement
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
Buckinghamshire Clinical Commissioning Group and Oxfordshire Clinical Commissioning Group - Any Qualified Provider (AQP) for the Provision of Community Audiology Services
Reference number
WA9248
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Buckinghamshire Clinical Commissioning Group ("CCG") and NHS Oxfordshire CCG are seeking to commission Community Audiology Services via an Any Qualified Provider ("AQP") process.
The aim is to provide a comprehensive and seamless service for adults experiencing hearing and communication difficulties where they might benefit from hearing assessment and rehabilitation including the option of trying hearing aids with aftercare and support.
The vision for people with hearing problems is for them to receive high quality, efficient services aligned to their social and psychological needs, delivered closer to home, with short waiting times and high responsiveness to the needs of local communities, free at the point of access.
The broad outcomes required of the service are specified below:
• Increased choice and control as to where and when their treatment is delivered
• Personalised care;
• Timely access
• Benefits from chosen interventions.
• Reduction in communication difficulties due to poor hearing;
• Timely direct referral or signposting to other local;
• Direct onward referral to secondary care as appropriate
• Clear guidance and information for patients and their families
• Choice of hearing intervention;
• High levels of satisfaction when accessing the service;
The contract length will be for an initial three years, with potential to extend for up to 2 years. Full details will be provided in the Accreditation Document. Bidders should note that Any Qualified Provider ("AQP") contracts let as part of this process will not guarantee any business for accredited providers. Further information will be provided in the Accreditation Documentation.
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.
All bids must be submitted by the 12 midday on the 2nd March 2021.
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: £17,034,225
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85121240 - ENT or audiologist services
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
NHS Buckinghamshire Clinical Commissioning Group ("CCG") and NHS Oxfordshire CCG are seeking to commission Community Audiology Services via an Any Qualified Provider ("AQP") process.
The aim is to provide a comprehensive and seamless service for adults experiencing hearing and communication difficulties where they might benefit from hearing assessment and rehabilitation including the option of trying hearing aids with aftercare and support.
The vision for people with hearing problems is for them to receive high quality, efficient services aligned to their social and psychological needs, delivered closer to home, with short waiting times and high responsiveness to the needs of local communities, free at the point of access.
The broad outcomes required of the service are specified below:
• Increased choice and control as to where and when their treatment is delivered
• Personalised care;
• Timely access
• Benefits from chosen interventions.
• Reduction in communication difficulties due to poor hearing;
• Timely direct referral or signposting to other local;
• Direct onward referral to secondary care as appropriate
• Clear guidance and information for patients and their families
• Choice of hearing intervention;
• High levels of satisfaction when accessing the service;
The contract length will be for an initial three years, with potential to extend for up to 2 years. Full details will be provided in the Accreditation Document. Bidders should note that Any Qualified Provider ("AQP") contracts let as part of this process will not guarantee any business for accredited providers. Further information will be provided in the Accreditation Documentation.
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.
All bids must be submitted by the 12 midday on the 2nd March 2021.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £17,034,225
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 March 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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 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 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 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 Regulations, save by the provisions applicable to services coming within the scope of 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.4.1) Review body
NHS Buckinghamshire Clinical Commissioning Group
Study Centre, New County Offices, Walton St,
Aylesbury
HP20 1UX
Country
United Kingdom
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.