Kings College Hospital NHS Foundation Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Urgent Care Services - Emergency Department - Kings College Hospital NHS Foundation Trust |
Notice type: | Contract Notice |
Authority: | Kings College Hospital NHS Foundation Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | King’s College Hospital NHS Foundation Trust (KCHFT), seeks to commission an Urgent Care Centre (UCC) at the KCHFT site (Denmark Hill, London, SE5 9RS) from October 2016. The UCC Service will operate 24 hours a day 365 days a year and will provide an open access minor illness / injuries service. This will be delivered through integrated General Practitioner (GP), Physiotherapist and Emergency Nurse Practitioner (ENP) teams that have access to imaging and pathology services of the existing hospital site if required. This contract will be for an initial period of 3 years with two possible additional annual extensions (3+1+1). Hence the maximum term will be 5 years. |
Published: | 01/06/2016 12:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Kings College Hospital NHDS Foundation Trust
Unit 1 129, Coldharbour Lane, Camberwell, London, SE5 9NY, United Kingdom
Tel. +44 2032994547, Email: paulyounger@nhs.net
Contact: Paul Younger
Main Address: https://www.kch.nhs.uk/
NUTS Code: UKI1
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./UTMKP22H4B
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
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Urgent Care Services - Emergency Department - Kings College Hospital NHS Foundation Trust
Reference Number: Z/162/16
II.1.2) Main CPV Code:
85100000 - Health services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: King’s College Hospital NHS Foundation Trust (KCHFT), seeks to commission an Urgent Care Centre (UCC) at the KCHFT site (Denmark Hill, London, SE5 9RS) from October 2016. The UCC Service will operate 24 hours a day 365 days a year and will provide an open access minor illness / injuries service. This will be delivered through integrated General Practitioner (GP), Physiotherapist and Emergency Nurse Practitioner (ENP) teams that have access to imaging and pathology services of the existing hospital site if required. This contract will be for an initial period of 3 years with two possible additional annual extensions (3+1+1). Hence the maximum term will be 5 years.
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:
85100000 - Health services.
II.2.3) Place of performance:
UKI1 Inner London
II.2.4) Description of procurement: King’s College Hospital NHS Foundation Trust (KCHFT), seeks to commission an Urgent Care Centre (UCC) at the KCHFT site (Denmark Hill, London, SE5 9RS) from October 2016. The UCC Service will operate 24 hours a day 365 days a year and will provide an open access minor illness / injuries service. This will be delivered through integrated General Practitioner (GP), Physiotherapist and Emergency Nurse Practitioner (ENP) teams that have access to imaging and pathology services of the existing hospital site if required. This contract will be for an initial term of 3 years with two additional one year extensions (3+1+1). Hence the maximum term, assuming both extensions are exercised, will be 5 years.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Service Delivery / Weighting: 50
Quality criterion - Name: Human Resources / Weighting: 10
Quality criterion - Name: Approach to Transition Period / Weighting: 5
Quality criterion - Name: Disaster Recovery / Contingency / Weighting: 5
Cost criterion - Name: Finance - initial pricing and overall value for money / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 2,250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
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: Contract Ref Z/162/16
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:
A completed Pre-Qualification Questionnaire must be submitted with your expression of interest
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - 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: 01/07/2016 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 04/07/2016
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
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-London:-Health-services./UTMKP22H4B
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UTMKP22H4B
VI.4) Procedures for review
VI.4.1) Review body:
Kings College Hospital NHS Foundation Trust
Denmark Hill, Unit 1 129 Coldharbour Lane, London, SE5 9RS, United Kingdom
Tel. +44 2032994547
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: 01/06/2016
Annex A