Tender

Provision of a Community Aural Microsuction Service

  • NHS Norfolk & Waveney Integrated Care Board

F02: Contract notice

Notice identifier: 2024/S 000-029606

Procurement identifier (OCID): ocds-h6vhtk-04845d

Published 16 September 2024, 5:25pm



Section one: Contracting authority

one.1) Name and addresses

NHS Norfolk & Waveney Integrated Care Board

County Hall, Martineau Ln

Norwich

NR1 2DH

Email

david.bailey1@nhs.net

Country

United Kingdom

Region code

UKH15 - Norwich and East Norfolk

Internet address(es)

Main address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

Buyer's address

https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/

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

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Provision of a Community Aural Microsuction Service

Reference number

NW202468

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Norfolk and Waveney Integrated Care Board seeks competitive offers for the provision of community (clinic and domically) aural microsuction to patients aged 10+ registered with a Norfolk and Waveney GP.

The aim of the service is to provide a community ear clearance service to manage patients
according to pathway thresholds.

To reduce the number of unnecessary referrals to secondary care.
To perform the agreed services within the specified timeframes from
receipt of referral to discharge to referrers.
To monitor demand and ensure appropriate capacity for the service.
To encourage patient self-management and reduce routine follow-ups
where not clinically indicated.
To be delivered in manner that aligns and supports objectives outlined
in the Norfolk and Waveney ICB Clinical Strategy:

This contract is for a period of 3 years with the option to extend for up to an additional 2 years. The anticipated annual contract value is £602235 per annum.

The Contracting Authority will be using an eTendering system for this market testing exercise. Further information and the expression of interest documentation can be found via the ‘Live Opportunities’ list on the e-procurement system at the following link: https://health-family-contract-search.secure.force.com/?searchtype=Projects. You can search for the opportunity by entering the following contract ref C303236.

two.1.5) Estimated total value

Value excluding VAT: £3,011,175

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

Norfolk and Waveney

two.2.4) Description of the procurement

The objective of this project is to commission community microsuction services for Norfolk and Waveney ICS in response to existing contract arrangements for service delivery cease 30 September 2024,

As part of the procurement the ICB will take the opportunity to revise the existing contract and associated schedules creating a standardised contract for commissioning against.

The key aims and objectives include the following:

To provide a community ear clearance service to manage patients according to pathway thresholds.
To reduce the number of unnecessary referrals to secondary care.
To perform the agreed services within the specified timeframes from receipt of referral to discharge to referrers.
To monitor demand and ensure appropriate capacity for the service.
To encourage patient self-management and reduce routine follow-ups where not clinically indicated.
To be delivered in manner that aligns and supports objectives outlined in the Norfolk and Waveney ICB Clinical Strategy:
Objective 1: See me as a whole person.
Objective 2: Be one high quality resilient service.
Objective 3: Reduce long waiting times.
Objective 4: Act early to improve health.
Objective 5: Be reliable.
Objective 6: Tackling health inequalities.

Outcomes:
Patients have a positive experience.
Care is delivered in a convenient community care setting.
Alleviate pressure on primary and secondary healthcare services by providing an alternative, community-based option for ear care.
Patients accepted and treated within the specified timeframes.
Patients leave empowered with the knowledge to self-manage where appropriate.
Staff trained to appropriate clinical and professional.

This contract is for a period of 3 years with the option to extend for up to an additional 2 years. The anticipated annual contract value is £602235 per annum.

The Contracting Authority will be using an eTendering system for this market testing exercise. Further information and the expression of interest documentation can be found via the ‘Live Opportunities’ list on the e-procurement system at the following link: https://health-family-contract-search.secure.force.com/?searchtype=Projects. You can search for the opportunity by entering the following contract ref C303236.

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: £3,011,175

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: Yes

Description of options

This contract is for a period of 3 years with the option to extend for up to an additional 2 years. 1. The value is £602,235 per annum, £ 1,806,705 over the initial 3-year period or £ 3,011,175 over the maximum 5 years.

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 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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-023115

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

Date

27 September 2024

Local time

5:00pm

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

Tender must be valid until: 31 December 2024

four.2.7) Conditions for opening of tenders

Date

1 October 2024

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS England

7&8 Wellington Place

Leeds

LS1 4AP

Country

United Kingdom

Internet address

https://www.england.nhs.uk//