Section one: Contracting authority
one.1) Name and addresses
NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board
Jenner House, Unit E3, Langley Park, Avon Way,
Chippenham
SN15 1GG
Contact
Angela Mortley
Telephone
+44 7990551036
Country
United Kingdom
Region code
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
NHS Organisation Data Service
92G
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
Bath and North East Somerset Council
The Guild Hall, High Street
Bath
BA! 5AW
Contact
Angela Mortley
Telephone
+447 990551036
Country
United Kingdom
Region code
UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
Wiltshire Council
County Hall, Bythesea Road
Trowbridge
BA14 8JN
Contact
Angela Mortley
Telephone
+44 7990551036
Country
United Kingdom
Region code
UKK15 - Wiltshire CC
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
Swindon Borough Council
Civic Offices, Euclid Street
Swindon
SN1 2JH
Contact
Angela Mortley
Telephone
+44 7990551036
Country
United Kingdom
Region code
UKK14 - Swindon
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
Somerset Integrated Care Board
Wynford House,Lufton Way
Somerset
BA228HR
Contact
Angela Jane Mortley
Telephone
+44 7990551036
Country
United Kingdom
Region code
UKK23 - Somerset
NHS Organisation Data Service
11X
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract involves joint procurement
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
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
Adults Community Services and Children's Community Services to the Bath and North East Somerset, Swindon, Wiltshire and Somerset Integrated Care System
Reference number
WA13842
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board ("BSW ICB"), Somerset Integrated Care Board ("SICB"), Bath and North East Somerset ("BaNES") Council, Swindon Borough Council and Wiltshire Council (the "Local Authorities") are responsible for commissioning Health and Care Services including Public Health Services within their localities.
References below to the "Commissioners" are to BSW ICB, SICB and the Local Authorities collectively.
This procurement is driven by the need to re-procure Community Services throughout all life stages. In line with the BSW Care Model, the life stages being procured are defined within two main groupings:
• Starting Well
o To provide children, young people, and families with support and care in the community, physical and emotional wellbeing, Community health and targeted support.
• Living/Aging Well
o Supporting self-care and prevention, proactive care and support, responding to urgent needs, rehabilitation and recovery from ill health and/or crisis.
The Dying Well element explored as part of the Market Engagement covering Palliative and end of life care in all settings and bereavement support is included in the two main groupings.
The procurement seeks to appoint a sole provider or consortium of providers with a nominated lead provider to provide a service which is innovative, meets patients' expectations and fits the needs of the BSW population now and throughout the contract period.
Contracts will be for an initial term of 7 years with a possible extension of any period up to a further 2 years at the discretion of the Commissioner. Services are planned to commence from 01/04/2025.
The scope and value of the contract with the Provider will be based on the initial financial envelope. As a minimum, the Provider will be responsible for the delivery of the core services that are defined within the Memorandum of Information within a budget of c. £138m (including VAT) per annum. There is a potential that the scope and value may change through the procurement process and during the contract term.
The Commissioners are seeking services to be delivered innovatively in a way that meets the needs of the population now and throughout the contract period. As such, the Commissioners will expect the Provider to continuously engage with stakeholders and, in agreement with Commissioners, evolve the services ensuring they are fit for purpose and meets patients' needs. The services needs to work in an integrated manner offering seamless community-based care, particularly from a patient's viewpoint.
Due to the complexity of the re-commissioning, and the complex nature of the community services being commissioned, the Commissioners are using a phased approach to secure the transformational change required. To enable this change and further integration of services, the Commissioners reserve the right to include the services defined as 'reserved services' within the Memorandum of Information within any contract without recourse to a further notice or procurement process. The combined total value of these reserve services is estimated to be c. £17m (including VAT) per annum.
Any further investment in addition to the c. £138m (including VAT) per annum available for core services and the c.£17m (including VAT) per annum available for reserve services will be determined during the procurement process or the contract term alongside opportunities to improve value for money. As such, Commissioners have taken a view that over the life of the contract further investment and inflationary increase may be required which has been included in the total estimated value of the contract.
This procurement is being managed by NHS South, Central and West Commissioning Support Unit ("SCW") on behalf of BSW ICB and the three local authorities (Banes, Swindon and Wiltshire).
two.1.5) Estimated total value
Value excluding VAT: £1,800,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- DA29 - Social work
- DA30 - Counselling
- LA52 - Medical
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
Main site or place of performance
Bath and North East Somerset, Swindon Wiltshire and Somerset
two.2.4) Description of the procurement
NHS Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board ("BSW ICB"), Somerset Integrated Care Board ("SICB"), Bath and North East Somerset ("BaNES") Council, Swindon Borough Council and Wiltshire Council (the "Local Authorities") are responsible for commissioning Health and Care Services including Public Health Services within their localities.
References below to the "Commissioners" are to BSW ICB, SICB and the Local Authorities collectively.
This procurement is driven by the need to re-procure Community Services throughout all life stages. In line with the BSW Care Model, the life stages being procured are defined within two main groupings:
• Starting Well
o To provide children, young people, and families with support and care in the community, physical and emotional wellbeing, Community health and targeted support.
• Living/Aging Well
o Supporting self-care and prevention, proactive care and support, responding to urgent needs, rehabilitation and recovery from ill health and/or crisis.
The Dying Well element explored as part of the Market Engagement covering Palliative and end of life care in all settings and bereavement support is included in the two main groupings.
The procurement seeks to appoint a sole provider or consortium of providers with a nominated lead provider to provide a service which is innovative, meets patients' expectations and fits the needs of the BSW population now and throughout the contract period.
Contracts will be for an initial term of 7 years with a possible extension of any period up to a further 2 years at the discretion of the Commissioner. Services are planned to commence from 01/04/2025.
The scope and value of the contract with the Provider will be based on the initial financial envelope. As a minimum, the Provider will be responsible for the delivery of the core services that are defined within the Memorandum of Information within a budget of c. £138m (including VAT) per annum. There is a potential that the scope and value may change through the procurement process and during the contract term.
The Commissioners are seeking services to be delivered innovatively in a way that meets the needs of the population now and throughout the contract period. As such, the Commissioners will expect the Provider to continuously engage with stakeholders and, in agreement with Commissioners, evolve the services ensuring they are fit for purpose and meets patients' needs. The services needs to work in an integrated manner offering seamless community-based care, particularly from a patient's viewpoint.
Due to the complexity of the re-commissioning, and the complex nature of the community services being commissioned, the Commissioners are using a phased approach to secure the transformational change required. To enable this change and further integration of services, the Commissioners reserve the right to include the services defined as 'reserved services' within the Memorandum of Information within any contract without recourse to a further notice or procurement process. The combined total value of these reserve services is estimated to be c. £17m (including VAT) per annum.
The procurement includes a negotiation process which will allow for understanding and development of the services including transformation plans over an agreed period to address the priorities set out in the service specifications. This will then be formalised in the contractual framework.
The principles underpinning the approach to service delivery are set out in MOI section 2.5.4 including:
• Population focussed
• Informed by the experts and those with lived experience
• Rewarding roles and careers
• Support delivery of the BSW Together Integrated Care Strategy
• Ensure consistency of offer
• Meet the specification of requirements
• Deliver the scope of services
• Work collaboratively
• Focus on value for money
• Use technology better
• Achieve environmental sustainability
• Allow time for innovation and collaboration.
Specific outcome measures will be developed with providers as part of this process.
Contracts will be for an initial term of 7 years with a possible extension of any period up to a further 2 years at the discretion of the Commissioner. Services are planned to commence from 01/04/2025.
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: £1,800,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
This contract is subject to renewal
Yes
Description of renewals
The commissioner will set out their requirements on or before the contract end date.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
As set down within the selection questionnaire and tender documentation
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contracts will be for an initial term of 7 years with a possible extension of 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
As contained within the procurement documentation
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
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
20 November 2023
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: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The Services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ('the Regulations'). The procurement of services listed in Schedule 3 of the Regulations is not subject to the full regime of the Regulations but is instead governed by the 'Light Touch Regime' ('LTR').
While the Commissioner does not need to follow one of the prescribed procurement procedures described in Part 2 of the Regulations, the Commissioner intends to run this procurement as a competitive process, based on (but not adopting any of the provisions or requirements of) the Competitive Procedure with Negotiation ('CPN') procedure described in Regulation 29 of the Regulations. For the avoidance of doubt, while this procurement procedure is based on the CPN procedure, Regulation 29 of the Regulations does not apply to this procurement and the Commissioner reserves the right to deviate from the procedure described in that Regulation (or any or all elements of it) in whatever way the Commissioner determines appropriate.
The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10-day standstill period described in Regulation 87 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
High Court
London
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.