Section one: Contracting authority
one.1) Name and addresses
NHS North East Essex Clinical Commissioning Group
Aspen House, Stephenson Road, Severalls Business Park
Colchester
CO4 9QR
Contact
Cariad Burgess
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
Buyer's address
https://attain.bravosolution.co.uk/web/login.html
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://attain.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://attain.bravosolution.co.uk/web/login.html
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
Carpal Tunnel Services in North East Essex
Reference number
ACE-0484-2021-NEE
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS North East Essex Clinical Commissioning Group (CCG) hereby invite suitably qualified service providers to submit tenders for the provision of Carpal Tunnel Services in North East Essex.
To express an interest in tendering for this service and access the Invitation to Tender (ITT) documents and all other information concerning the procurement, please go to: https://attain.bravosolution.co.uk/web/login.html
Click on 'Register' and follow the on screen instructions.
Responses must be fully completed and submitted exclusively via the BravoSolution e-procurement portal no later than 12:00 noon on 1 October 2021.
two.1.5) Estimated total value
Value excluding VAT: £2,890,448
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
North East Essex
two.2.4) Description of the procurement
North East Essex Clinical Commissioning Group wishes to establish a single community provider contract for the provision of Carpal Tunnel Services. This will be a Community Service provided under a separate community contract. The Provider will receive all North East Essex referrals into this community service and there will be a community fixed price tariff i.e. non Payment by Results (PbR).
Referrals will be made by North East Essex GP Practices, the community physiotherapy service and the Clinical Assessment Service. In line with the Department of Health Patient Choice Framework, as a community service is available, there will be no legal requirement for a patient to be offered a choice of provider.
GP practices will make the initial assessment and provide the first stage of conservative treatment i.e. wrist brace (where deemed appropriate) in primary care. Practices that are clinically competent will also administer steroid injections as the second stage of conservative treatment where appropriate. Practices recorded by the CCG as not being able to administer injections will refer patients to this community service for one course of treatment only (unless exceptional circumstances
such as surgery is not an option).
Following receipt of an injection, patients will be discharged back to their GP. If the GP believes that the conservative treatment has not been effective following the prescribed period, the GP may make a separate referral for Carpal surgery. Where following assessment by this service, the patient is found to have more complex needs and requires referral to an acute provider, this Service will make the referral to the provider.
The CCG is seeking to commission a consistent, timely, high quality, flexible and accessible service to patients that will focus on patient outcomes.
The CCG aims to commission a Community Provider that can deliver this NHS non-urgent clinical pathway through:
•Clinical assessment and treatment in line with NICE guidelines
•Accredited clinicians with established peer review programme
•Provision of appropriate CQC compliant premises and facilities
•Access to Electromyograph (EMGs) tests where further diagnosis is required
•Assessment and treatment offered in line within defined response times
•Ability to run ad hoc clinics in a community setting for assessment and conservative
treatment
•Flexible operating times that will accommodate working patients
•Increased self-management through provision of education and advice
•A robust programme of planned clinical audits to demonstrate planned cycles of continual measurement and improvement
•Package prices on a cost per case basis via a local tariff i.e. consultation, assessment, procedure and follow-ups as necessary.
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: £2,890,448
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Service reviews will be undertaken regularly, in order to determine any relevant renewal.
The contract term will be for an initial 60 months, with the option to extend by a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract term will be for an initial 60 months, with the option to extend by a further 24 months.
You are advised that the £2,890,448 value relates to the 7 years (5 years plus option to extend by 2 years).
The maximum contract value for the 5 year contract is £2,024,585.
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.2.14) Additional information
The Contract will run for 5 years (with the option to extend by a further 2 years) commencing on the 1.07.2022.
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.1.8) 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
1 October 2021
Local time
12:00pm
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 October 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The services to which this process relates fall within Schedule 3 of the Public Contracts Regulations 2015 (as amended by The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) ("the Regulations"). As such, the CCG does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NHS North East Essex Clinical Commissioning Group
Aspen House, Stephenson Road, Severalls Business Park
Colchester
CO4 9QR
Country
United Kingdom