Section one: Contracting authority
one.1) Name and addresses
NHS Herefordshire and Worcestershire Integrated Care Board
Kirkham House, John Comyn Drive, Perdiswell
Worcester
WR3 7NS
Contact
Hayley Smith
Telephone
+44 7770493216
Country
United Kingdom
Region code
UKG12 - Worcestershire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.herefordshireandworcestershire.icb.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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
Adult Hearing Services for NHS Herefordshire and Worcestershire Integrated Care Board
Reference number
WHISP-184
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Herefordshire and Worcestershire Integrated Care Board (ICB) are looking to procure Adult Hearing Services across the geographic area of Herefordshire and Worcestershire.
The services shall be provided both in-clinic and to domiciliary patients, therefore is made up of 2 Lots:
Lot 1 - In-Clinic Adult Hearing Services
Lot 2 - Domiciliary Adult Hearing Services
The Contract will be for a period of 3 years with the option to extend for up to a further 24 month period. The ICB intends to award Contracts to up to 5 providers per lot across the geographic area of Herefordshire and Worcestershire to cater for the needs of the entire geographic area. NHS Standard Terms and Conditions apply. The Contract will go live on the 01/01/2024.
two.1.5) Estimated total value
Value excluding VAT: £13,768,889
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
In-Clinic Adult Hearing Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85121240 - ENT or audiologist services
two.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
- UKG12 - Worcestershire
Main site or place of performance
Across the geographic region of Herefordshire and Worcestershire.
two.2.4) Description of the procurement
NHS Herefordshire and Worcestershire are seeking tenders for the provision of Adult Hearing Services.
Lot 1 relates to In-Clinic Adult Hearing Services.
The aim of the service is to provide a comprehensive, personalised service for adults over 50 years of age with hearing loss in line with national guidance and local requirements.
The vision for people with age related hearing problems is for them to receive high quality, efficient services delivered closer to home, with short waiting times and high responsiveness to the needs of local communities, free at the point of access.
The Adult Hearing Service will consist of:
• A hearing and communication needs assessment.
• A full hearing assessment including otoscopy, tympanometry and pure tone audiometry. The offer of management options, which may include hearing aids and associated after care.
• A discussion about the findings and potential management options.
• A shared-decision making conversation to develop an Individual Management Plan (IMP).
• Provision of, fitting, verification and validation of hearing aids, as appropriate and in line with national guidance.
• Provision of appropriate hearing rehabilitation e.g. patient education.
• Follow-up appointment to assess progress against goals in the IMP.
• Provision of aftercare service, including supply of batteries, tubes, domes, wax filters and replacement ear moulds. This should also include advice and support.
• Provision of wax removal by microsuction at any point in the pathway where its presence prevents accurate assessment, management or aftercare. This can be at a separate appointment where required, but the service should be available with the same provider of the care pathway.
• Clear advice on self-care to prevent the build-up of wax is to be provided routinely.
The Contract will be for a period of 3 years with the option to extend for up to a further 24 month period. The ICB intends to award Contracts to up to 5 providers per lot across the geographic area of Herefordshire and Worcestershire to cater for the needs of the entire geographic area. NHS Standard Terms and Conditions apply.
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: £13,121,949
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: No
two.2) Description
two.2.1) Title
Domiciliary Adult Hearing Services
Lot No
2
two.2.2) Additional CPV code(s)
- 85121240 - ENT or audiologist services
two.2.3) Place of performance
NUTS codes
- UKG11 - Herefordshire, County of
- UKG12 - Worcestershire
Main site or place of performance
Geographic area of Herefordshire and Worcestershire
two.2.4) Description of the procurement
NHS Herefordshire and Worcestershire are seeking tenders for the provision of Adult Hearing Services.
Lot 2 relates to Domiciliary Adult Hearing Services.
The aim of the service is to provide a comprehensive, personalised service for adults over 50 years of age with hearing loss in line with national guidance and local requirements.
The vision for people with age related hearing problems is for them to receive high quality, efficient services delivered closer to home, with short waiting times and high responsiveness to the needs of local communities, free at the point of access.
Whilst both lots have the same deliverables, Domiciliary Adult Hearing Services, shall be carried out where required in a patients own home.
The Adult Hearing Service will consist of:
• A hearing and communication needs assessment.
• A full hearing assessment including otoscopy, tympanometry and pure tone audiometry. The offer of management options, which may include hearing aids and associated after care.
• A discussion about the findings and potential management options.
• A shared-decision making conversation to develop an Individual Management Plan (IMP).
• Provision of, fitting, verification and validation of hearing aids, as appropriate and in line with national guidance.
• Provision of appropriate hearing rehabilitation e.g. patient education.
• Follow-up appointment to assess progress against goals in the IMP.
• Provision of aftercare service, including supply of batteries, tubes, domes, wax filters and replacement ear moulds. This should also include advice and support.
• Provision of wax removal by microsuction at any point in the pathway where its presence prevents accurate assessment, management or aftercare. This can be at a separate appointment where required, but the service should be available with the same provider of the care pathway.
• Clear advice on self-care to prevent the build-up of wax is to be provided routinely.
The Contract will be for a period of 3 years with the option to extend for up to a further 24 month period. The ICB intends to award Contracts to up to 5 providers per lot across the geographic area of Herefordshire and Worcestershire to cater for the needs of the entire geographic area. NHS Standard Terms and Conditions apply.
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: £646,940
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: No
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
People accessing this pathway will be assessed and managed by a suitably qualified Healthcare Science Practitioner. This will be one of the following:
• A qualified Audiologist, registered with the Registration Council for Clinical Physiologists (RCCP) or Academy of Healthcare Science (AHCS).
• A Clinical / Healthcare Scientist (Audiology), registered with the Health and Care Professions Council (HCPC).
• A Hearing Aid Dispenser, registered with the HCPC.
Those people who require wax removal via microsuction in order to have an accurate assessment and management will have their wax removed by a professional registered with a statutory regulator (e.g. the HCPC, NMC or GMC) or registered by an accredited register (e.g. RCCP). Those undertaking the procedure will have completed both the formal theory and practical training in the removal of ear wax meeting the criteria described in BSA (2020) Minimum Training Guidelines in Aural Care delivered by Hearing Care Professionals (Practice Guidance, Aural Care (Ear Wax Removal), 2021).
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators and Quality Reporting Requirements are set out in the 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
4 August 2023
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
4 August 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NHS Midlands and Lancashire CSU are conducting this procurement exercise on behalf of another NHS body with whom the successful bidder(s) will enter into a contract with for the supply of the services.
The contract conditions will be set out in the Invitation to Tender. Further details will be made available via documentation and information released during the course of the tender process.
This exercise will be conducted via the Atamis eProcurement Portal, which can be found at https://health-family.force.com/s/Welcome
Light Touch Regime' services: This procurement is for clinical services which are Light Touch Regime Services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the regulations ('Regulations'). Accordingly, the contracting authorities are only bound by those parts of the regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authorities are not voluntarily following any other part of the Regulations.
As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013 these Regulations also apply to this procurement.
six.4) Procedures for review
six.4.1) Review body
NHS Herefordshire and Worcestershire Integrated Care Board
Kirkham House, John Comyn Drive, Perdiswell
Worcester
WR3 7NS
Country
United Kingdom