NHS Bromley Clinical Commissioning Group: Bromley Community Headache Service

  NHS Bromley Clinical Commissioning Group is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Bromley Community Headache Service
Notice type: Contract Notice
Authority: NHS Bromley Clinical Commissioning Group
Nature of contract: Services
Procedure: Open
Short Description: Bromley CCG is seeking expressions of interest from organisations for the provision of a direct access, community-based, headaches service. Since headache is the most prevalent neuro condition, Bromley CCG chose this as a useful starting point to improve management of common neurological conditions. A pilot community headache service was launched in February 2018 and will run to the middle of February 2020. The pilot has successfully reduced demand on secondary care and improved the management of headaches in primary care through advice and guidance.
Published: 25/07/2019 12:52
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Beckenham: Health services.
Section I: Contracting Authority
      I.1) Name and addresses
             NHS Bromley Clinical Commissioning Group
             379 Croydon Road, Beckenham, BR3 3QL, United Kingdom
             Email: warren.galstin@nhs.net
             Main Address: https://www.bromleyccg.nhs.uk/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned 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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Bromley Community Headache Service       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      85100000 - Health services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Bromley CCG is seeking expressions of interest from organisations for the provision of a direct access, community-based, headaches service. Since headache is the most prevalent neuro condition, Bromley CCG chose this as a useful starting point to improve management of common neurological conditions.

A pilot community headache service was launched in February 2018 and will run to the middle of February 2020. The pilot has successfully reduced demand on secondary care and improved the management of headaches in primary care through advice and guidance.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Bromley CCG is seeking expressions of interest from organisations for the provision of a direct access, community-based, headaches service. Since headache is the most prevalent neuro condition, Bromley CCG chose this as a useful starting point to improve management of common neurological conditions.

A pilot community headache service was launched in February 2018 and will run to the middle of February 2020. The pilot has successfully reduced demand on secondary care and improved the management of headaches in primary care through advice and guidance.

The over-arching aim of the Community Headache Service is to improve service quality and patient experience for individuals with a range of headache types, including the following:
•Migraine
•Episodic tension type headache (TTH)
•Cluster headaches
•Medication Overuse Headache (MOH)
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: Yes       
      Description of renewals: 3 year contract with the option of a 2 year extension.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: For further information, please submit expressions of interest to Warren Galstin at Bromley CCG on warren.galstin@nhs.net by Friday 21st June 2019. You will receive an additional briefing document with some questions for consideration for interested parties.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 05/09/2019
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 05/09/2019
         Time: 12:05
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Beckenham:-Health-services./RT72P9Q2H5

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RT72P9Q2H5
   VI.4) Procedures for review
   VI.4.1) Review body:
             NHS Bromley Clinical Commissioning Group
       379 Croydon Road, Beckenham, BR3 3QL, United Kingdom
       Tel. +44 2039300201
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/07/2019

Annex A


View any Notice Addenda

View Award Notice