Trafford Clinical Commissioning Group: Trafford Patient Care Coordination Centre

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

Notice Summary
Title: Trafford Patient Care Coordination Centre
Notice type: Contract Notice
Authority: Trafford Clinical Commissioning Group
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Trafford Clinical Commissioning Group (CCG) is leading on a competitive dialogue process in order to commission an innovative and dynamic solution to deliver seamless coordination for all patients and service users. Working with our key partner Trafford Council, our solution is to develop a new Patient Care Coordination Centre (PCCC), working in collaboration with provider organisations which will be tried and tested to meet the needs of Trafford’s local population. The PCCC patient coordination centre is an innovative and ground breaking development and will be responsible for the delivery of seamless, coordinated, quality care. A high level vision of the deliverables for the PCCC have been developed: Principles • Health and Social Care Proactive System • Patients always get the right care at the right time, in the right way through a journey which is seamless and smooth • A focus on complexity and vulnerability Infrastructure • Single point of access • Single ‘live’ directory • Supported by IT infrastructure • Access to all records i.e. enabling patient/client care plans feeding into proactive planning • Alignment to 111 and out of hours • The PCCC will have a robust interface and awareness of Trafford Council’s Adult Social Care access and support model. Benefits • Proactive and coordinated care seamlessly around the patient • Delivery of the right care at the right time in the right place • The level of care will be delivered from the appropriate care setting • Provide the best possible patient experience. • Greater focus on local issues i.e. health appointments and transport in Partington • Report on the performance of care across the system • Proactive Care Planning to meet health and social care needs • Improved health outcomes, wellbeing and quality of life Core Services • Tracking of patient journey • Close monitoring of vulnerable patients, following them through the care journey • Health Transport Bureau • ‘Auto pick up’ patients as they go through the system • Clinical coordination to support monitoring of patient/clients and appropriateness of care to need • Full capability and capacity to gather, analyse, act on and learn from thus demonstrate achievement of measurable improvements in patient experience The length of the awarded contract will be for a minimum of five (5) years with the option of an additional two (2) year extension. This extension will be offered as 2 separate extensions of one (1) year each. Trafford CCG is not currently in a position to accurately state the value of the contract, as this will be dependant on the final specification which will be developed via the competitive dialogue process. However, Trafford CCG envisages that this will be in the range of £500,000 - £10,000,000 over the potential full 7 year life of the contract.
Published: 07/10/2013 14:48
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-Old Trafford: Call centre.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Trafford Clinical Commissioning Group
      Oakland House, 3rd Floor, Talbot Road, Old Trafford, M16 0PQ, United Kingdom
      Tel. +44 1618736080, Email: brooks.kenny@trafford.nhs.uk
      Contact: Brooks Kenny, Attn: Brooks Kenny

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Trafford Patient Care Coordination Centre
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 5

         Region Codes: UKD31 - Greater Manchester South         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Call centre. Telephone operator services. Telephone-answering services. Software package and information systems. Information systems and servers. Database and operating software package. Telephone switchboard services. Telephone and data transmission services. Data services. Advisory services provided by nurses. Electronic data management (EDM). Electronic data exchange services. Data capture services. Data collection and collation services. Administrative healthcare services. Guidance services. Market and economic research; polling and statistics. Value-added information services. Customer services. Administrative social services. Other community, social and personal services. Telecommunications services. Records management. Administration services. Trafford Clinical Commissioning Group (CCG) is leading on a competitive dialogue process in order to commission an innovative and dynamic solution to deliver seamless coordination for all patients and service users. Working with our key partner Trafford Council, our solution is to develop a new Patient Care Coordination Centre (PCCC), working in collaboration with provider organisations which will be tried and tested to meet the needs of Trafford’s local population.
The PCCC patient coordination centre is an innovative and ground breaking development and will be responsible for the delivery of seamless, coordinated, quality care. A high level vision of the deliverables for the PCCC have been developed:
Principles
•   Health and Social Care Proactive System
•   Patients always get the right care at the right time, in the right way through a journey which is seamless and smooth
•   A focus on complexity and vulnerability
Infrastructure
•   Single point of access
•   Single ‘live’ directory
•   Supported by IT infrastructure
•   Access to all records i.e. enabling patient/client care plans feeding into proactive planning
•   Alignment to 111 and out of hours
•   The PCCC will have a robust interface and awareness of Trafford Council’s Adult Social Care access and support model.
Benefits
•   Proactive and coordinated care seamlessly around the patient
•   Delivery of the right care at the right time in the right place
•   The level of care will be delivered from the appropriate care setting
•   Provide the best possible patient experience.
•   Greater focus on local issues i.e. health appointments and transport in Partington
•   Report on the performance of care across the system
•   Proactive Care Planning to meet health and social care needs
•   Improved health outcomes, wellbeing and quality of life
Core Services
•   Tracking of patient journey
•   Close monitoring of vulnerable patients, following them through the care journey
•   Health Transport Bureau
•   ‘Auto pick up’ patients as they go through the system
•   Clinical coordination to support monitoring of patient/clients and appropriateness of care to need
•   Full capability and capacity to gather, analyse, act on and learn from thus demonstrate achievement of measurable improvements in patient experience

The length of the awarded contract will be for a minimum of five (5) years with the option of an additional two (2) year extension. This extension will be offered as 2 separate extensions of one (1) year each.

Trafford CCG is not currently in a position to accurately state the value of the contract, as this will be dependant on the final specification which will be developed via the competitive dialogue process. However, Trafford CCG envisages that this will be in the range of £500,000 - £10,000,000 over the potential full 7 year life of the contract.
         
      II.1.6)Common Procurement Vocabulary:
         79512000 - Call centre.
         
         79511000 - Telephone operator services.
         
         79510000 - Telephone-answering services.
         
         48000000 - Software package and information systems.
         
         48800000 - Information systems and servers.
         
         48600000 - Database and operating software package.
         
         64214200 - Telephone switchboard services.
         
         64210000 - Telephone and data transmission services.
         
         72300000 - Data services.
         
         85141220 - Advisory services provided by nurses.
         
         48613000 - Electronic data management (EDM).
         
         64216110 - Electronic data exchange services.
         
         72313000 - Data capture services.
         
         72314000 - Data collection and collation services.
         
         75122000 - Administrative healthcare services.
         
         85312310 - Guidance services.
         
         79300000 - Market and economic research; polling and statistics.
         
         64216210 - Value-added information services.
         
         79342300 - Customer services.
         
         85321000 - Administrative social services.
         
         98000000 - Other community, social and personal services.
         
         64200000 - Telecommunications services.
         
         79996100 - Records management.
         
         75100000 - Administration services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Trafford CCG is not currently in a position to accurately state the value of the contract, as this will be dependant on the final specification which will be developed via the competitive dialogue process. However, Trafford CCG envisages that this will be in the range of £500,000 - £10,000,000 over the potential full 7 year life of the contract.      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 84 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      It is Trafford CCG's intention to award a single contract to a legal lead contracting organisation; consortium, partnership, and sub-contracting arrangements are acceptable but it will be for the lead contracting organisation to demonstrate that its internal governace arrangements to the satisfaction of Trafford CCG are sufficiently robust to ensure service delivery.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 3 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         The criteria by which PQQ responses will be assessed is contained within the PQQ documentation which can be accessed via the following website:

https://www.delta-esourcing.com/tenders/UK-UK-Old-Trafford:-Call-centre./6V938DBSBJ

Up to a maximum of 5 providers will be shortlisted to proceed to the dialogue stage of this competitive dialogue procurement process.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2013/S 101 - 173030 of 28/05/2013
               
         Other previous publications: Yes                
            Notice number in OJ: 2013/S 134 - 233037 of 12/07/2013

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 22/11/2013
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.
Trafford CCG reserves the right to introduce criteria by which shortlisted providers may be downselected at the dialogue phase, following evaluaion of PQQ submissions. Should Trafford CCG decide to introduce such criteria, these will be detailed in full within the Invitation to Participate in Dialogue (ITPD) documentation which will be issued to shortlisted providers.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Old-Trafford:-Call-centre./6V938DBSBJ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6V938DBSBJ
GO-2013107-PRO-5179635 TKR-2013107-PRO-5179634
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Trafford CCG
      3rd Floor, Oakland House, Talbot Road, Old Trafford, M16 0PQ, United Kingdom
      Tel. +44 1618736080

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 07/10/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-Sale: Call centre.

Section I: Contracting Authority
   Title: UK-Sale: Call centre.
   I.1)Name, Addresses and Contact Point(s):
      Trafford Clinical Commissioning Group
      Crossgate House, 1st Floor, Cross Street, Sale, M33 7FT, United Kingdom
      Tel. +44 1618736080, Email: brookskenny@nhs.net
      Contact: Brooks Kenny, Attn: Brooks Kenny

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Trafford Patient Care Coordination Centre      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 5
         
         Region Codes: UKD31 - Greater Manchester South         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Call centre. Telephone operator services. Telephone-answering services. Software package and information systems. Information systems and servers. Database and operating software package. Telephone switchboard services. Telephone and data transmission services. Data services. Advisory services provided by nurses. Electronic data management (EDM). Electronic data exchange services. Data capture services. Data collection and collation services. Administrative healthcare services. Guidance services. Market and economic research; polling and statistics. Value-added information services. Customer services. Administrative social services. Other community, social and personal services. Telecommunications services. Records management. Administration services. Trafford Clinical Commissioning Group (CCG) has completed a competitive dialogue process in order to commission an innovative and dynamic solution to deliver seamless coordination for all patients and service users. CCG worked with our key partner Trafford Council, to develop a new Patient Care Coordination Centre (PCCC), that will be working in collaboration with provider organisations to meet the needs of Trafford’s local population. The PCCC patient coordination centre is an innovative and ground breaking development and will be responsible for the delivery of seamless, coordinated, quality care. A high level vision of the deliverables for the PCCC have been developed:Principles• Health and Social Care Proactive System• Patients always get the right care at the right time, in the right way through a journey which is seamless and smooth• A focus on complexity and vulnerabilityInfrastructure• Single point of access • Single ‘live’ directory • Supported by IT infrastructure • Access to all records i.e. enabling patient/client care plans feeding into proactive planning • Alignment to 111 and out of hours• The PCCC will have a robust interface and awareness of Trafford Council’s Adult Social Care access and support model.Benefits • Proactive and coordinated care seamlessly around the patient • Delivery of the right care at the right time in the right place• The level of care will be delivered from the appropriate care setting • Provide the best possible patient experience. • Greater focus on local issues i.e. health appointments and transport in Partington• Report on the performance of care across the system • Proactive Care Planning to meet health and social care needs• Improved health outcomes, wellbeing and quality of lifeCore Services• Tracking of patient journey• Close monitoring of vulnerable patients, following them through the care journey• Health Transport Bureau • ‘Auto pick up’ patients as they go through the system • Clinical coordination to support monitoring of patient/clients and appropriateness of care to need• Full capability and capacity to gather, analyse, act on and learn from thus demonstrate achievement of measurable improvements in patient experienceThe length of the awarded contract is for five (5) years.
      II.1.5)Common procurement vocabulary:
         79512000 - Call centre.
         79511000 - Telephone operator services.
         79510000 - Telephone-answering services.
         48000000 - Software package and information systems.
         48800000 - Information systems and servers.
         48600000 - Database and operating software package.
         64214200 - Telephone switchboard services.
         64210000 - Telephone and data transmission services.
         72300000 - Data services.
         85141220 - Advisory services provided by nurses.
         48613000 - Electronic data management (EDM).
         64216110 - Electronic data exchange services.
         72313000 - Data capture services.
         72314000 - Data collection and collation services.
         75122000 - Administrative healthcare services.
         85312310 - Guidance services.
         79300000 - Market and economic research; polling and statistics.
         64216210 - Value-added information services.
         79342300 - Customer services.
         85321000 - Administrative social services.
         98000000 - Other community, social and personal services.
         64200000 - Telecommunications services.
         79996100 - Records management.
         75100000 - Administration services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 12,249,999
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Competitive Dialogue
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Corporate Governance - 8
         Financial - 11
         Service Design & Solution Model Design - 39
         Interoperability Interface & Infrastructure Requirements - 12
         Service Delivery - 3
         Patient and Public Experience and Engagement - 7
         Information Governance and Data Sharing & Business Continuity - 6
         Human Resources & Equality and Diversity - 1
         Clinical Governance and Safeguarding - 7
         Bidder Interview - 6
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided          
      IV.3.2)Previous publication(s) concerning the same contract: Yes

         Prior information notice
         Notice number in OJ: 2013/S 101 - 173030 of 28/05/2013         
         
          Contract notice    
         Notice number in OJ: 2013/S 197 - 340829 of 10/10/2013         
         
         Voluntary Ex Ante Transparency
         Notice number in OJ: 2014/S 204 - 361964 of 23/10/2014
         
         Other previous publications: Yes
            Notice number in OJ: 2013/S 134 - 233037 of 12/07/2013


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 28/01/2015      
      V.2) Information About Offers
         Number Of Offers Received: 2          
         Number Of Offers Received By Electronic Means: 2       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: CSC Computer Sciences Ltd
         Postal address: Royal Pavilion, Wellesley Road
         Town: Aldershot
         Postal code: GU11 1PZ
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 12,249,999
            Currency: GBP

         If annual or monthly value:
            Number of years: 5
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Proportion: 36.0 %


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=136161853
GO-2015316-PRO-6443653 TKR-2015316-PRO-6443652   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 16/03/2015