Tender

Community Based Skin Surgery Service to Bath and North East Somerset, Swindon and Wiltshire Clinical Commissioning Group

  • Bath and North East Somerset, Swindon and Wiltshire Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2021/S 000-029149

Procurement identifier (OCID): ocds-h6vhtk-02f94c

Published 23 November 2021, 2:33pm



Section one: Contracting authority

one.1) Name and addresses

Bath and North East Somerset, Swindon and Wiltshire Clinical Commissioning Group

The Pierre Simonet Building, North Swindon Gateway, North Latham Road

Swindon

SN25 4DL

Contact

Donna Harrington

Email

donnaharrington@nhs.net

Country

United Kingdom

NUTS code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Internet address(es)

Main 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

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 Based Skin Surgery Service to Bath and North East Somerset, Swindon and Wiltshire Clinical Commissioning Group

Reference number

WA11967

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Banes, Swindon and Wiltshire Clinical Commissioning Group are seeking to commission a specialist Community Based Skin Surgery service for patients registered in the B&NES locality Primary Care Networks.

The service model is for high risk BCCs, and other lesions that are within the terms of CCG clinical access policies and which need to be treated by secondary care services. The aim of the service is to provide local capacity for patients with high risk BCCs and/or other non-2WW lesions requiring removal by surgery that would otherwise be referred on to the Royal United Hospital NHS FT (RUH) specialist in hospital. Thereby improving access times and ensuring that the right professional treats patients in the right place at the right time.

The community service is intended to be provided by a combination of secondary care (service lead; contract holder, consultant level delivery of the surgical service, including responsibility for histology, LSMDT liaison, CQC registration, etc.) and primary care (GP practice, use of surgical facilities and as required administrative, nursing and clinical governance support) working together; alternative community-based models may be proposed for consideration (e.g. located at community hospitals).

The initial contract term will be for 3 years from 1st July 2022, 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 financial envelope is £488,006 per annum.

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: £1,329,018

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

Banes, Swindon and Wiltshire Clinical Commissioning Group are seeking to commission a specialist Community Based Skin Surgery service for patients registered in the B&NES locality Primary Care Networks.

The service model is for high risk BCCs, and other lesions that are within the terms of CCG clinical access policies and which need to be treated by secondary care services. The aim of the service is to provide local capacity for patients with high risk BCCs and/or other non-2WW lesions requiring removal by surgery that would otherwise be referred on to the Royal United Hospital NHS FT (RUH) specialist in hospital. Thereby improving access times and ensuring that the right professional treats patients in the right place at the right time.

The community service is intended to be provided by a combination of secondary care (service lead; contract holder, consultant level delivery of the surgical service, including responsibility for histology, LSMDT liaison, CQC registration, etc.) and primary care (GP practice, use of surgical facilities and as required administrative, nursing and clinical governance support) working together; alternative community-based models may be proposed for consideration (e.g. located at community hospitals).

The specific objectives of the proposed service include:

• To provide treatment for high risk BCCs and other lesions traditionally requiring treatment in secondary care pathways.

• To improve access, maintain a high-quality service and effectively manage more patients in the community setting.

• To give patients the choice to attend a local service with equitable access across their local area.

• To reduce pressure on secondary care dermatology services, especially at the Royal United Hospitals NHS Foundation Trust (RUH).

• To provide a service which demonstrates cost effectiveness and clinically based interventions.

• To provide a service which demonstrates compliance with clinical governance guidelines.

• To provide a patient centred service including as appropriate an emphasis on patient education and prevention.

• To support community-based management of high risk BCCs and other lesions traditionally requiring treatment in secondary care.

The initial contract term will be for 3 years from 1st July 2022, 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 financial envelope is £488,006 per annum.

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

Duration in months

36

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

Initial 3 year contract with an optional 2 year 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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

7 January 2022

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

14 January 2022

Local time

1:00pm


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 Articles 74 to 76 of the Directive, and 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 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 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

Bath and North East Somerset, Swindon and Wiltshire Clinical Commissioning Group

Swindon

Country

United Kingdom

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.