Tender

Somerset Clinical Commissioning Group - GP 999 Car

  • Somerset Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2021/S 000-029841

Procurement identifier (OCID): ocds-h6vhtk-02fc07

Published 1 December 2021, 4:16pm



Section one: Contracting authority

one.1) Name and addresses

Somerset Clinical Commissioning Group

Wynford House, Lufton Road,

Yeovil

BA228HR

Contact

Angela Mortley

Email

Angelamortley@nhs.net

Telephone

+44 7990551036

Country

United Kingdom

NUTS code

UKK23 - Somerset

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

Somerset Clinical Commissioning Group - GP 999 Car

Reference number

WA11296

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Somerset Clinical Commissioning Group ("the CCG") is seeking to recommission their GP 999 car provision.

The provision of the GP 999 car seeks to enable a higher level of support made available to patients that have a paramedic crew in attendance. Providers would be asked to work collaboratively with clinicians within the 999 hub identifying cases within the 999 call stack.

The service will offer home visits to patients, by a GP, and where possible avoid a conveyance to the Emergency Department. The GP can also offer telephone advice to paramedics on scene, with an aim to achieve the same objective and ensure the most appropriate care is provided to address the needs of the patient.

The avoidance can be facilitated by (although is not limited to) on scene treatment of the patient, prescription of medications, or referral to another more appropriate service. This will release emergency ambulance crews to attend patients more promptly and reduce pressures on Emergency Departments.

The service is expected to support patients, where possible, in their own home, and reduce disruption for patients and their families associated with unrequired transfers to Hospital.

The GP 999 Vehicle Response Car will aim to support the wider health community by reducing conveyances to the local ED. More specifically:

• to provide Primary Care support to Paramedics, Specialist Paramedics (SPs) and other Clinicians

• to reduce ED admissions and promoting See and Treat

• for those patients requiring admission, facilitate direct admissions where possible

• to deliver Somerset CCGs vision of maximising the possibility of care closer to home

The aim of the service is to cover the county of Somerset from at least two bases within the county.

This will be a faced paced service that enables GPs to engage in reactive work. It will require a more advanced skillset as GP's are required to make 'on the ground' decisions to ensure that patient outcomes are as positive as they can be within a given situation.

Activity levels seen within the contract for 19/20 were circa 2348 with cases ranging from 522 to 670 per quarter.

The contract is £689k per annum and will be for an initial term of 3 years, with an option to extend for any period up to a further 2 years; commencing in July 2022.

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: £3,445,000

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
  • UKK - South West (England)
Main site or place of performance

Within the county of Somerset.

two.2.4) Description of the procurement

Somerset Clinical Commissioning Group ("the CCG") is seeking to recommission their GP 999 car provision.

The provision of the GP 999 car seeks to enable a higher level of support made available to patients that have a paramedic crew in attendance. Providers would be asked to work collaboratively with clinicians within the 999 hub identifying cases within the 999 call stack.

The service will offer home visits to patients, by a GP, and where possible avoid a conveyance to the Emergency Department. The GP can also offer telephone advice to paramedics on scene, with an aim to achieve the same objective and ensure the most appropriate care is provided to address the needs of the patient.

The avoidance can be facilitated by (although is not limited to) on scene treatment of the patient, prescription of medications, or referral to another more appropriate service. This will release emergency ambulance crews to attend patients more promptly and reduce pressures on Emergency Departments.

The service is expected to support patients, where possible, in their own home, and reduce disruption for patients and their families associated with unrequired transfers to Hospital.

The GP 999 Vehicle Response Car will aim to support the wider health community by reducing conveyances to the local ED. More specifically:

• to provide Primary Care support to Paramedics, Specialist Paramedics (SPs) and other Clinicians

• to reduce ED admissions and promoting See and Treat

• for those patients requiring admission, facilitate direct admissions where possible

• to deliver Somerset CCGs vision of maximising the possibility of care closer to home

The aim of the service is to cover the county of Somerset from at least two bases within the county.

This will be a faced paced service that enables GPs to engage in reactive work. It will require a more advanced skillset as GP's are required to make 'on the ground' decisions to ensure that patient outcomes are as positive as they can be within a given situation.

Activity levels seen within the contract for 19/20 were circa 2348 with cases ranging from 522 to 670 per quarter.

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: £3,445,000

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

Start date

1 July 2022

End date

30 June 2027

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

the contract may be extended for any period up to a further 2 years at the discretion of the Commissioner


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

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 Regulations 74 to 76. 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 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 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 Regulations, save by the provisions applicable to services coming within the scope of 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.

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

11 January 2022

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 January 2022

Local time

12:01pm

Place

Electronically


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 Regulations 74 to 76. 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 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 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 Regulations, save by the provisions applicable to services coming within the scope of 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

Somerset Clinical Commissioning Group

Yeovil

BA228HR

Email

angelamortley@nhs.net

Telephone

+44 7990551036

Country

United Kingdom