Section one: Contracting authority
one.1) Name and addresses
Oxfordshire Clinical Commissioning Group
Jubilee House, 5510 John Smith Drive, Oxfordshire Business Park South, Cowley
OXFORD
OX4 1LH
Contact
Donna Harrington
Telephone
+44 7798781432
Country
United Kingdom
NUTS code
UKJ14 - Oxfordshire
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/scwcsu/aspx/Home
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
Tenders or requests to participate must be submitted to the above-mentioned address
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
Community MSK Service to Oxfordshire Clinical Commissioning Group
Reference number
WA11049
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
Oxfordshire Clinical Commissioning Group is seeking expressions of interest from suitably qualified providers who have the capability and capacity to deliver a high quality evidence based service for patients with musculoskeletal (MSK) conditions that is clinically-driven, patient-centred with multi-agency clinical engagement and leadership to deliver an effective service for patients registered with an Oxfordshire GP.
The service will include signposting, advice, triage, referral, assessment, treatment and community based MSK physiotherapy, MSK podiatry and pain management, as well as bladder and bowel, women's and men's health.
Commissioners are open to accepting offers from a consortium of providers or a lead provider with sub-contracts as well as individual organisations.
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: £36,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
two.2.4) Description of the procurement
Oxfordshire Clinical Commissioning Group is seeking expressions of interest from suitably qualified providers who have the capability and capacity to deliver a high quality evidence based service for patients with musculoskeletal (MSK) conditions that is clinically-driven, patient-centred with multi-agency clinical engagement and leadership to deliver an effective service for patients registered with an Oxfordshire GP.
The service will include signposting, advice, triage, referral, assessment, treatment and community based MSK physiotherapy, MSK podiatry and pain management, as well as bladder and bowel, women's and men's health.
The Service will achieve the following overall objectives working in close collaboration with other service providers:
• Implement an innovative, single, transparent, coordinated, patient pathway for MSK in Oxfordshire, eliminating inefficiencies and inconsistencies.
• Care is provided in the right place, first time.
• Patient choice on treatment options and location.
• Evidence based integrated pathway for MSK patients including post-operative, trauma rehabilitation, rheumatology and pain management, women's and men's health and continence.
• Improve access to services closer to home.
• Efficient cost effective service delivery.
• Strong emphasis on patient education and self-management.
• Integrated service working closely with other service providers across the local healthcare system maximising efficiencies and delivering high quality care.
The initial contract term will be for 8 years plus with an optional extension of any period(s) up to a maximum of a further 2 years, as defined and at the discretion of the commissioners. The anticipated service commencement date is 1st August 2022.
The contract value is £4.5m per annum.
Commissioners are open to accepting offers from a consortium of providers or a lead provider with sub-contracts as well as individual organisations.
Expressions of interest (including completed SQ responses) must be received by 12 noon, on the 9th April 2021.
Further information including a copy of the Selection Questionnaire can be found on the e-procurement portal In-tend - https://in-tendhost.co.uk/scwcsu/aspx/Home
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: £36,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
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
Optional extension of any period up to 24 months.
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 procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
9 April 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.1) Information about recurrence
This is a recurrent procurement: No
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 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 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 Oxfordshire Clinical Commissioning Group
Oxford
Country
United Kingdom