Awarded contract

Buckinghamshire Clinical Commissioning Group and Oxfordshire Clinical Commissioning Group - Any Qualified Provider (AQP) for the Provision of Community Audiology Services

  • NHS Buckinghamshire Clinical Commissioning Group
  • NHS Oxfordshire Clinical Commissioning Group

F03: Contract award notice

Notice reference: 2021/S 000-024479

Published 1 October 2021, 3:35pm



Section one: Contracting authority

one.1) Name and addresses

NHS Buckinghamshire Clinical Commissioning Group

Study Centre, New County Offices, Walton St

Aylesbury

HP20 1UX

Contact

Mark Stanbrook (SCW)

Email

mstanbrook@nhs.net

Country

United Kingdom

NUTS code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Internet address(es)

Main address

www.buckinghamshireccg.nhs.uk

Buyer's address

https://in-tendhost.co.uk/scwcsu/aspx/Home

one.1) Name and addresses

NHS Oxfordshire Clinical Commissioning Group

Jubilee House, 5510 John Smith Drive, Oxford Business Park South, Cowley

Oxford

OX4 2LH

Contact

Mark Stanbrook (SCW)

Email

mstanbrook@nhs.net

Country

United Kingdom

NUTS code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Internet address(es)

Main address

www.oxfordshireccg.nhs.uk

Buyer's address

https://in-tendhost.co.uk/scwcsu/aspx/Home

one.2) Information about joint procurement

The contract involves joint procurement

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

Buckinghamshire Clinical Commissioning Group and Oxfordshire Clinical Commissioning Group - Any Qualified Provider (AQP) for the Provision of Community Audiology Services

Reference number

WA9248

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Buckinghamshire Clinical Commissioning Group ("CCG") and NHS Oxfordshire CCG sought to commission Community Audiology Services via an Any Qualified Provider ("AQP") process.

The contract length will be for an initial 5 years, with potential to extend for up to a further 2 years.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £39,200,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121240 - ENT or audiologist services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

NHS Buckinghamshire Clinical Commissioning Group ("CCG") and NHS Oxfordshire CCG sought to commission Community Audiology Services via an Any Qualified Provider ("AQP") process.

The aim is to provide a comprehensive and seamless service for adults experiencing hearing and communication difficulties where they might benefit from hearing assessment and rehabilitation including the option of trying hearing aids with aftercare and support.

The vision for people with hearing problems is for them to receive high quality, efficient services aligned to their social and psychological needs, delivered closer to home, with short waiting times and high responsiveness to the needs of local communities, free at the point of access.

The broad outcomes required of the service are specified below:

• Increased choice and control as to where and when their treatment is delivered

• Personalised care;

• Timely access

• Benefits from chosen interventions.

• Reduction in communication difficulties due to poor hearing;

• Timely direct referral or signposting to other local;

• Direct onward referral to secondary care as appropriate

• Clear guidance and information for patients and their families

• Choice of hearing intervention;

• High levels of satisfaction when accessing the service;

The contract length will be for an initial 5 years, with potential to extend for up to a further 2 years.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.5) Award criteria

Quality criterion - Name: AQP process / Weighting: 0

Cost criterion - Name: AQP process / Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

The contract includes an option for extension.

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 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-001091


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 August 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Audiological Science Ltd

5 Hoop Lane

London

NW11 8JR

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 August 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Buckinghamshire Healthcare NHS Trust

Trust Offices, Amersham Hospital, Whielden Street, Amersham HP7 0JD

Amersham

HP7 0JD

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 August 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Outside Clinic

Old Town Court, 10-14 High Street, Old Town, Swindon, Wiltshire, SN1 3EP

Swindon

SN1 3EP

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 August 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Royal Berkshire NHS Foundation Trust

Finance Directorate, Level 1, Princes House, London Road, Reading, Berkshire, RG1 5UZ

Reading

RG1 5UZ

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 September 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Scrivens Ltd

Scrivens House, 60 Islington Row Middleway, Edgbaston, Birmingham, B15 1PH

Birmingham

B15 1PH

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 August 2021

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 7

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cirrus House, 10 Experian Way, Nottingham, NG2 1EP

Cirrus House, 10 Experian Way, Nottingham, NG2 1EP

Nottingham

NG2 1EP

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


Section six. Complementary information

six.3) 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).

The tendering process has been conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority ran a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union 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 selection stage, nor the use of any language or terms found in the Directive or 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 Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority has voluntarily observed the award decision notices provisions and held a 10 day standstill period as described in Regulation 86 of the Regulations. 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 Buckinghamshire Clinical Commissioning Group

Study Centre, New County Offices, Walton St

Aylesbury

HP20 1UX

Country

United Kingdom

Internet address

www.buckinghamshireccg.nhs.uk

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.