Opportunity

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

  • Countess of Chester Hospital NHS Foundation Trust
  • The eligible users of the proposed framework agreement are available for unrestricted and full direct access, free of charge at: www.nhssourcing.co.uk

F02: Contract notice

Notice reference: 2023/S 000-017536

Published 20 June 2023, 2:36pm



Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UKD63 - Cheshire West and Chester

Internet address(es)

Main address

https://www.coch.nhs.uk/

one.1) Name and addresses

The eligible users of the proposed framework agreement are available for unrestricted and full direct access, free of charge at: www.nhssourcing.co.uk

UK

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.nhssourcing.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.nhssourcing.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nhssourcing.co.uk

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

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

Reference number

F/044/OSMCS/21/IB

two.1.2) Main CPV code

  • 85111000 - Hospital services

two.1.3) Type of contract

Services

two.1.4) Short description

The NHS is facing a period of intense pressure to reduce waiting lists. Trusts are looking towards innovative solutions to help reduce their referral to treatment times and increase efficiency through better utilisation of their existing facilities.

NHS Trusts may find it difficult to meet referral to treatment (RTT) targets due to lack of capacity. Locum staff can fill gaps but Trusts still need to manage the patient pathway which may not be possible outside normal hours (e.g. evenings & weekends). On-site Surgical and Medical Capacity Solutions (sometime known as “Insourcing”) will act in a complementary way to partially or totally manage the Pathway for referred Patients.

This Framework Agreement will facilitate maximisation of in-house capacity to a level that the Participating Authorities can reduce the need for additional mobile facilities and outsourcing. At the same time, in-patient and out-patient waiting times will be reduced, referrals will be expedited, service quality will be improved and patient satisfaction will be positively impacted.

The Countess of Chester Hospital NHS Foundation Trust’s Commercial Procurement Service seeks to introduce a new, flexible commercial Framework Agreement which will allow UK public bodies to procure on-site surgical and medical capacity solutions. This will enable Participating Authorities to act quickly in realising efficiencies.

The services in scope of this procurement process are healthcare services which fall under ‘social and other specific services’ in Section 7 of the Public Contracts Regulations 2015 (‘PCR’) (as amended). In accordance with Regulation 76 PCR, the process is to set up a framework agreement and will follow a procedure similar to the open procedure. However, the Framework Manager and the contracting authorities using the framework are only bound by the parts of the PCR that specifically apply to social and other specific services.

For the avoidance of doubt, the rules that apply to the open procedure under Regulation 27 and framework agreements under Regulation 33 do not apply to this procurement. All providers that meet the minimum requirements set out under the procurement process will be appointed to the framework agreement. There will be no maximum number of providers appointed.

As previously advertised in Contract Notice 2021/S 000-014621 the Framework will be re-opened to new applicants annually, approximately 90 days before the anniversary of the Framework Commencement Date. Previously appointed Suppliers will NOT be obliged to re-apply on an annual basis. Framework Suppliers appointed on the first anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 3 years duration; Framework Suppliers appointed on the second anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 2 years duration and Framework Suppliers appointed on the third anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 1 year duration.

The ITT process will be as described in this document. New appointments to the Framework will commence on each anniversary of the Framework Commencement Date.

This ITT concerns the second re-opening of the Framework to new applicants.

two.1.5) Estimated total value

Value excluding VAT: £816,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The overall aims of the Services are to provide NHS Organisations with fully compliant solutions which supplement the delivery of patient care by NHS Organisations in line with the NHS’ core Key Performance Indicators and standards including but not limited to:

• A&E 4 hour wait targets;

• elective 18 week Referral to Treatment targets;

• cancelled procedures targets;

• bed availability and utilisation targets;

• timely and appropriate diagnostic testing targets;

• urgent 2 week GP referral rules for suspected cancer; and

• any core targets and standards introduced over the term of this framework.

The Services will aim:

• To provide high quality support that can be called upon at relatively short notice.

• To prevent inappropriate waiting times for patients and assist NHS Organisations in meeting national targets and guidelines.

• To enable delivery of a Patient Pathway from referral to treatment that removes unnecessary delay in treatment.

• To deliver treatment that is safe and effective in facilities that are owned and operated by an NHS Organisation (that is to deliver an “insourcing” service).

• To establish a positive working relationship between an NHS Organisation and the Supplier to facilitate and maximise service delivery, the emphasis being on timely, quality, cost effective, evidence-based care, with appropriate clinical protocols and audit where possible.

• To provide medical, nursing or other staff as a part of the Services to perform clinical and support activities, including therapies and administration.

• To help Trusts to avoid unnecessary, inappropriate primary and secondary referrals.

• To provide tailored audit and review processes with national and locally agreed Key Performance Indicators.

The Services will cover the full range of Surgical and Medical specialties and sub-specialities, including but not limited to:

• Surgical specialties

o Cardiothoracic

o General

o Neurosurgery

o Oral & maxillofacial (including minor oral surgery)

o Ophthalmic

o Otolaryngology (ENT)

o Paediatric

o Plastic

o Trauma & orthopaedic

o Urology

o Vascular

• Medical specialties

o Anaesthesia

o Clinical oncology

o Clinical radiology

o Emergency medicine

o Intensive care medicine

o Medicine

o Acute internal medicine

o Allergy

o Audiovestibular medicine

o Cardiology

o Clinical Genetics

o Clinical neurophysiology

o Clinical pharmacology and therapeutics

o Dermatology

o Endocrinology and diabetes

o Gastroenterology

o General internal medicine

o Genitourinary medicine

o Geriatric medicine

o Immunology

o Infectious diseases

o Medical oncology

o Medical ophthalmology

o Neurology

o Nuclear Medicine

o Otolaryngology (ENT)

o Palliative medicine

o Pharmaceutical medicine

o Rehabilitation medicine

o Renal medicine

o Respiratory medicine

o Rheumatology

o Sport and exercise medicine

o Stroke medicine

o Tropical medicine

o Obstetrics and gynaecology

o Occupational medicine

o Ophthalmology

o Paediatrics

o Paediatric cardiology

o Paediatrics

o Pathology

o Chemical pathology

o Haematology

o Histopathology

o Medical microbiology and virology

o Psychiatry

o Child and adolescent psychiatry

o Forensic psychiatry

o General psychiatry

o Liaison psychiatry

o Medical psychotherapy

o Old age psychiatry

o Psychiatry of intellectual disability

The Supplier will offer managed solutions covering full or partial Patient Pathways (e.g. outpatients, diagnostics, surgery, ward, administration). The extent to which the Supplier manages Patient Pathways will be agreed with the NHS Organisation and described in the Call Off Contract Project Specification. Any prescribing requirement will be agreed with the NHS Organisation and described in the Call Off Contract Specification.

The Services may include Patient Pathway management tools, such as digital pathway management and digital triage solutions.

The Services may include the sourcing by the Supplier of additional high quality capital equipment and/or infrastructure upgrades.

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: £816,000,000

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

Duration in months

24

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.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-014621

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

Date

25 July 2023

Local time

2:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 July 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Supplier instructions how to express interest and bid:

1) Browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities;

2) Register your organisation on the eSourcing portal (this is only required once);

3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure);

4) Login to the portal with the username/password;

5) Click the 'PQQs/ITTs Open To All Suppliers' link. (These are pre-qualification

questionnaires or invitations to tender open to any registered supplier);

6) Select the title of the ITT;

7) Click the 'Express Interest' button at the top of the page. This will move the PQQ/ITT into your 'My PQQs/My ITTs' page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box;

8) Review the ITT documents;

9) Responding to the ITT. Click 'My Response' under 'PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the ITT

There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

six.4) Procedures for review

six.4.1) Review body

Countess of Chester Hospital NHS Foundation Trust

Chester

Country

United Kingdom