Tender

Public Health Services in Primary Care

  • Swindon Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-001143

Procurement identifier (OCID): ocds-h6vhtk-030b0f

Published 14 January 2022, 11:46am



Section one: Contracting authority

one.1) Name and addresses

Swindon Borough Council

Civic Offices, Euclid Street

Swindon

SN1 2JH

Contact

Ms Divya Bassi

Email

DBassi@swindon.gov.uk

Telephone

+44 7971988885

Country

United Kingdom

NUTS code

UKK14 - Swindon

Internet address(es)

Main address

http://www.swindon.gov.uk/

Buyer's address

http://www.swindon.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.supplyingthesouthwest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.supplyingthesouthwest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Public Health Services in Primary Care

Reference number

DN589857

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Primary Care Public Health Services

Swindon Borough Council invites expressions of interest from suitably qualified and experienced service providers for the provision of Primary Care Public Health Services for the resident population of Swindon.

The following service lots are available for General Practices and Pharmacies.

Lot 1: Stop Smoking – GP

Lot 2: Stop Smoking - Pharmacy

Lot 3: NHS Healthchecks – GP

Lot 4: NHS Healthchecks - Pharmacy

Lot 5: Drug Services: Shared Care

Lot 6: Drug Services: Needle and Syringe Exchange

Lot 7: Drug Services: Supervised Consumption

Lot 8: Long Acting Reversible Contraceptive (LARC) Services

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability. Estimated total budget for Lot 1 – 8 services for 4 years is £1,504,000.00 plus two potential 12 month extensions (£376,000 per annum), potential 6 years is £2,256,000.

To participate, Suppliers will need to Register as a Supplier with ProContract, www.supplyingthesouthwest.org.uk , then Register an Interest before obtaining access to the tender documents.

Tender clarifications to be submitted in writing via Messaging in ProContract tender portal by 4th February 2022, 1400 hrs UK Local time. The Council’s responses to these clarification questions will be issued on the ProContract tender portal. Responses to clarifications will be uploaded periodically and it is the bidder’s responsibility to check the portal on a regular basis for updates.

The relevant tender documents are included within this project webpage as attachments.

Submission of your Statement of Provision are required to be submitted no later than 11th February 2022, 14.00 local time via the Supplying the South West Portal https://www.supplyingthesouthwest.org.uk

It is the responsibility of the bidder to allow sufficient time to commence and complete uploading all required documentation and submitting the tender response prior to the closing date and time.

If bidders experience any technical difficulties with the South West Portal then they should immediately and directly contact Proactis (the portal administrator ProContractSuppliers@proactis.com ) before the deadline clearly setting out the difficulties they are experiencing. Troubleshooting information can also be found https://supplierhelp.due-north.com/

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Description: Lot 1: Stop Smoking – GP

The following service lot is available to General Practices

GP’s are commissioned to provide stop smoking support to smokers living in Swindon. GP’s are reimbursed for each individual smoker that they support to quit. Payment is by activity for each smoker. Estimated budget for stop smoking service (GPs and Pharmacies) for 4 years is £200,000 plus two potential 12 month extensions (£50,000 per annum), potential 6 years is £300,000.

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Description: Lot 2: Stop Smoking – Pharmacy

The following service lot is available for Pharmacies

Pharmacies are commissioned to provide stop smoking support to smokers living in Swindon. Pharmacies are reimbursed for each individual smoker that they support to quit. Payment is by activity for each smoker. Estimated budget for stop smoking service (GPs and Pharmacies) for 4 years is £200,000 plus two potential 12 month extensions (£50,000 per annum), potential 6 years is £300,000.

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 3: NHS Healthchecks – GP

The following service lot is available for General Practices

Practices are commissioned to provide NHS Health Checks to eligible patients aged 40 -74 registered at their practice. GP’s are reimbursed at a fixed cost per NHS Health Check undertaken. This cost increases with the percentage of the eligible population screened. Payment is by activity for each patient registered with the practice. Estimated budget for the NHS Health Checks service (GPs and Pharmacies) for 4 years is £440,000 plus two potential 12 month extensions (£110,000 per annum), potential 6 years is £660,000.

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 4: NHS Health Checks – Pharmacy

The following service lot is available for Pharmacies

Pharmacies are commissioned to provide NHS Health Checks to eligible patients aged 40 -74. Pharmacies are reimbursed at a fixed cost per NHS Health Check undertaken. Payment is by activity for each patient. Estimated budget for the NHS Health Checks service (GPs and Pharmacies) for 4 years is £440,000 plus two potential 12 month extensions (£110,000 per annum) , potential 6 years is £660,000

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

5

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 5: Drug Services: Shared Care

The following service lot is available for General Practices

Practices are commissioned to deliver the joint participation of specialists and GP’s (and other agencies as appropriate) in the planned delivery of care for patients with drug misuse problems, informed by an enhanced exchange of information beyond routine referral and discharge letters. Estimated budget for the service for 4 years is £40,000 plus two potential 12 month extension periods (£10,000 per annum), potential 6 years is £60,000.

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

6

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 6: Drug Services: Drug Services: Needle and Syringe Exchange

The following service lot is available for Pharmacies

Pharmacies are commissioned to protect heath and reduce the rate of blood-borne infections and drug related deaths among services users and protect the wider Swindon population by reducing the rate of sharing and other high-risk injecting behaviours. This is by providing sterile injecting equipment and other support as well as by promoting safer injecting practices. Estimated budget for the service for 4 years is £240,000 plus two potential 12 month extension periods (£60,000 per annum), potential 6 years is £360,000.

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

7

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 7: Drug Services: Supervised Consumption

The following service lot is available for Pharmacies

Pharmacies are commissioned to supervise the consumption of prescribed medicines to ensure that the dose has been administered to the patient. This is an enhancement to normal instalment dispensing. Examples of medicines which may have consumption supervised include methadone and other licensed medicines used for the management of opiate dependence. Estimated budget for the service for 4 years is £240,000 plus two potential 12 month extension periods (£60,000 per annum), potential 6 years is £360,000.

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

8

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKK14 - Swindon

two.2.4) Description of the procurement

Lot 8: Long Acting Reversible Contraceptive (LARC) Services

The following service lot is available for General Practices

GPs are commissioned to provide specialist LARC contraceptive services to women living in Swindon. Practices are reimbursed in line with the national tariff for each contraceptive injection (Depo-Provera), the insertion and removal of contraceptive implants (Nexplanon), Intrauterine Devices (IUDs) and Intrauterine Systems (IUSs) prescribed for contraceptive use only. Payment is by activity for each patient registered by the practice. Estimated budget for service for 4 years is £344,000 plus two potential 12 month extension periods (£86,000 per annum), potential 6 years is £516,000.

For each specific service lot payment will be by activity based on payment by results (PbR) at a fixed tariff. Tariff prices are fixed for the duration of the contract but will be subject to annual review. As these services are patient led there is no guaranteed commitment or volume of activity.

In addition to complying with relevant professional standards, competencies and guidelines required for each specific service the following minimum selection criteria must also be met:

• Care Quality Commission (CQC) Registration (GPs)

• General Pharmaceutical Council (GPhC) Registration (Pharmacy)

• Employer’s Liability of £5M

• Public Liability of £5M

• Professional Indemnity (including medical malpractice) of £5M

• Self-Certify “No” to Ground for Mandatory exclusion - Regulations 57(1) and (2) of the Public contract Regulations 2015

• Acceptance to the Contract Terms & Conditions. Full details relating to the services are provided in the tender documents.

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will be for a period of 48 months commencing 1st April 2022 with an option to extend for a further two period of 12 months (4 + 1 + 1) subject to satisfactory performance and budget availability.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 February 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 February 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Swindon Borough Council

Swindon

Country

United Kingdom