Planning

NHS Hastings and Rother CCG Integrated Community MSK Procurement Notice of Request for Information in advance of formal Tender

NHS COMMERCIAL SOLUTIONS

This public procurement record has 1 release in its history.

Planning

18 Nov 2016 at 20:17

Summary of the contracting process

The NHS Hastings and Rother CCG is planning a tender for an Integrated Community Musculoskeletal (MSK) Procurement, with a budget of £13 million for the 2017/2018 period. The procurement, managed by NHS Commercial Solutions, will take place in the South East of England and will aim to appoint a Prime Contractor for a service period anticipated to start on 1st September 2017 and run for 5 years, with potential extensions. Interested parties are encouraged to submit their views on the draft service specification by 10th August 2016 as part of a Request for Information process, although this does not initiate the formal tender process.

This opportunity is particularly suited for businesses within the healthcare sector, including those providing integrated health services and rehabilitation support. Companies that have experience in managing similar contracts, particularly in terms of delivering coordinated care and improving patient access, will be well-positioned to compete. The innovative 'hub and spoke' service model outlined in the tender is designed to promote the involvement of SMEs and voluntary community sector enterprises, opening pathways for diverse providers to contribute to enhancing MSK health outcomes in the specified region.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NHS Hastings and Rother CCG Integrated Community MSK Procurement Notice of Request for Information in advance of formal Tender

Notice Description

The Commissioner is supported by NHS Commercial Solutions. The objective is to appoint a provider (the Prime Contractor) to deliver integrated MSK care in the region covered by the Commissioner. The Prime Contractor is expected to demonstrate a credible approach to engaging patients and representative groups in design and delivery of services. The service will be provided within a 'hub and spoke' framework. In the evaluation, the Commissioner expects to secure the best possible integration of health care expertise and access to services, but also have informed choice in their patient journeys. The approach will ensure the financial sustainability of the Prime Contractor to undertake the full range of MSK activity either directly providing or through subcontracting arrangements. The financial approach will demonstrate Value for Money. The Integrated MSK Service will deliver (see draft specification for full details): * Co-ordinated and integrated care across the MSK pathway as a whole * Improved MSK health for a defined population * Reduction in waiting times * Strategies and processes to reduce incidence of non-attendance; * Equity of access to consistent levels of care * Improved knowledge and skills in primary care through training and education * Promotion of self-care * Implementation of agreed shared care plans for medication * A protocol based approach to ensure that patients see the right person in the right place first time * Identification of and reduction in unwarranted variation across the MSK pathway * Pathway efficiencies and the elimination of waste across the entire pathway * Shared Decision Making, involving and informing patients and their carers about the options available to them * Choice at the point of onward referral to secondary care or more specialist services * For patients on a surgical or invasive procedure pathway, fitness for procedures assessment, preliminary consenting, direct listing (if clinically appropriate) and early supported discharge planning * A single point of access through which the patient's discharge and rehabilitation is coordinated; * Treatment and post-operative rehabilitation, education and advice * For the more complex patients shared care arrangements between the patient, their GP and support of specialist teams * Access to and delivery of diagnostics, to include Primary Care access to Diagnostics (MRI, pathology, X-ray, etc) to meet the requirements of One-stop Clinics as appropriate * Participation in, and support of, educational and training of medical students, junior doctors, nurses and other ancillary medical personnel * Provision of comprehensive and accurate activity data that will enable effective tracking of patients through the care pathways The contract value and dates stated are an estimate only of the value for the primary period of the contract - 5 years. The Commissioner reserves the right to extend the contract. See Attachments Description. Additional information: There are two attachments to this Notice. The first is the current iteration Draft Service Specification. Potential bidders should note that the Specification is still under review and may well change before any final version is published as part of a tender process. However the Commissioners wish to share the current iteration with potential providers in order to allow the opportunity for comment. The second attachment is a Request for Information ( RFI ) template which enables potential bidders to advise the Commissioners of their interest at this stage, and to provide comment on the specification and other elements of the project as it currently stands. Please follow the instructions on the RFI form and return to the email address stated in the document by 10 August 2016. The RFI is a process designed to help the Commissioner form a view of the best way to commission the service and does not constitute the formal commencement of a tender exercise. A formal tender advertisement will be issued at the appropriate time as required. What providers respond with at this point will not have a bearing on the evaluation of any future tender Bids you may wish to submit at a later time. You will not be disadvantaged if you choose not to respond to this RFI but it will be helpful to understand your views at this early stage so you are encouraged to respond as fully as you can. Providers will understand that whilst the Commissioners are keen to seek feedback from potential providers, the Commissioners cannot offer any undertaking to include any of the proposed suggestions and amendments received from providers as a result of this exercise. The Commissioners do however commit to review all responses received and if appropriate and equitable will consider amendment to the specification. IMPORTANT : The contract value or range stated is an estimate only of the value for the primary period of the contract - 5 years. The Commissioner reserves the right to extend the contract by up to a further 24 months. This procurement is governed by the Public Contracts Regulations 2015 (PCR 2015) and the Procurement Patient Choice and Competition Regulations 2013 (PPCCR 2013). In respect of PCR 2015, the contract is for a service listed in Schedule 3, and has a value sufficient for the Light Touch Regime (LTR) to apply. The publication of this information in Contracts Finder and OJEU does not formally commit the Commissioner to the publication of a formal tender, or any further action in respect of the proposed service.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e7643bd6-adc9-11e6-9901-0019b9f3037b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3d419264-3f03-4a05-904e-ffe38a125da9
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85140000 - Miscellaneous health services

Notice Value(s)

Tender Value
£75,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Nov 20169 years ago
Submission Deadline
Not specified
Future Notice Date
15 Sep 2016Expired
Award Date
Not specified
Contract Period
31 Aug 2017 - 31 Aug 2022 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS COMMERCIAL SOLUTIONS
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BEXHILL ON SEA
Postcode
TN40 2DZ
Post Town
Tonbridge
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ22 East Sussex CC
Delivery Location
TLJ South East (England)

Local Authority
Rother
Electoral Ward
Bexhill Old Town & Worsham
Westminster Constituency
Bexhill and Battle

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-e7643bd6-adc9-11e6-9901-0019b9f3037b-2016-11-18T20:17:35Z",
    "date": "2016-11-18T20:17:35Z",
    "ocid": "ocds-b5fd17-e7643bd6-adc9-11e6-9901-0019b9f3037b",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2017-04-01T00:00:00+01:00",
                        "endDate": "2018-03-31T23:59:59+01:00"
                    },
                    "description": "2017/2018",
                    "amount": {
                        "amount": 13000000,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/3d419264-3f03-4a05-904e-ffe38a125da9",
                "datePublished": "2016-07-18T09:34:36+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "application/pdf",
                "description": "Draft Service Specification",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e4eec804-56e4-4404-8cf5-60f7c192b6c1",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "application/msword",
                "description": "Request For Information Response Template",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/32647db6-f62f-46d4-8d7a-5004df275e94",
                "format": "application/msword"
            }
        ]
    },
    "tender": {
        "id": "NHS Hastings and Rother CCG Integrated Community MSK Procurement",
        "title": "NHS Hastings and Rother CCG Integrated Community MSK Procurement Notice of Request for Information in advance of formal Tender",
        "description": "The Commissioner is supported by NHS Commercial Solutions. The objective is to appoint a provider (the Prime Contractor) to deliver integrated MSK care in the region covered by the Commissioner. The Prime Contractor is expected to demonstrate a credible approach to engaging patients and representative groups in design and delivery of services. The service will be provided within a 'hub and spoke' framework. In the evaluation, the Commissioner expects to secure the best possible integration of health care expertise and access to services, but also have informed choice in their patient journeys. The approach will ensure the financial sustainability of the Prime Contractor to undertake the full range of MSK activity either directly providing or through subcontracting arrangements. The financial approach will demonstrate Value for Money. The Integrated MSK Service will deliver (see draft specification for full details): * Co-ordinated and integrated care across the MSK pathway as a whole * Improved MSK health for a defined population * Reduction in waiting times * Strategies and processes to reduce incidence of non-attendance; * Equity of access to consistent levels of care * Improved knowledge and skills in primary care through training and education * Promotion of self-care * Implementation of agreed shared care plans for medication * A protocol based approach to ensure that patients see the right person in the right place first time * Identification of and reduction in unwarranted variation across the MSK pathway * Pathway efficiencies and the elimination of waste across the entire pathway * Shared Decision Making, involving and informing patients and their carers about the options available to them * Choice at the point of onward referral to secondary care or more specialist services * For patients on a surgical or invasive procedure pathway, fitness for procedures assessment, preliminary consenting, direct listing (if clinically appropriate) and early supported discharge planning * A single point of access through which the patient's discharge and rehabilitation is coordinated; * Treatment and post-operative rehabilitation, education and advice * For the more complex patients shared care arrangements between the patient, their GP and support of specialist teams * Access to and delivery of diagnostics, to include Primary Care access to Diagnostics (MRI, pathology, X-ray, etc) to meet the requirements of One-stop Clinics as appropriate * Participation in, and support of, educational and training of medical students, junior doctors, nurses and other ancillary medical personnel * Provision of comprehensive and accurate activity data that will enable effective tracking of patients through the care pathways The contract value and dates stated are an estimate only of the value for the primary period of the contract - 5 years. The Commissioner reserves the right to extend the contract. See Attachments Description. Additional information: There are two attachments to this Notice. The first is the current iteration Draft Service Specification. Potential bidders should note that the Specification is still under review and may well change before any final version is published as part of a tender process. However the Commissioners wish to share the current iteration with potential providers in order to allow the opportunity for comment. The second attachment is a Request for Information ( RFI ) template which enables potential bidders to advise the Commissioners of their interest at this stage, and to provide comment on the specification and other elements of the project as it currently stands. Please follow the instructions on the RFI form and return to the email address stated in the document by 10 August 2016. The RFI is a process designed to help the Commissioner form a view of the best way to commission the service and does not constitute the formal commencement of a tender exercise. A formal tender advertisement will be issued at the appropriate time as required. What providers respond with at this point will not have a bearing on the evaluation of any future tender Bids you may wish to submit at a later time. You will not be disadvantaged if you choose not to respond to this RFI but it will be helpful to understand your views at this early stage so you are encouraged to respond as fully as you can. Providers will understand that whilst the Commissioners are keen to seek feedback from potential providers, the Commissioners cannot offer any undertaking to include any of the proposed suggestions and amendments received from providers as a result of this exercise. The Commissioners do however commit to review all responses received and if appropriate and equitable will consider amendment to the specification. IMPORTANT : The contract value or range stated is an estimate only of the value for the primary period of the contract - 5 years. The Commissioner reserves the right to extend the contract by up to a further 24 months. This procurement is governed by the Public Contracts Regulations 2015 (PCR 2015) and the Procurement Patient Choice and Competition Regulations 2013 (PPCCR 2013). In respect of PCR 2015, the contract is for a service listed in Schedule 3, and has a value sufficient for the Light Touch Regime (LTR) to apply. The publication of this information in Contracts Finder and OJEU does not formally commit the Commissioner to the publication of a formal tender, or any further action in respect of the proposed service.",
        "status": "cancelled",
        "classification": {
            "scheme": "CPV",
            "id": "85140000",
            "description": "Miscellaneous health services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 75000000,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2016-09-16T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-09-01T00:00:00+01:00",
            "endDate": "2022-08-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/25m5Ut4S",
            "name": "NHS Commercial Solutions",
            "identifier": {
                "legalName": "NHS Commercial Solutions",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/25m5Ut4S"
            },
            "address": {
                "streetAddress": "Hastings and Rother CCG,, Bexhill Hospital,",
                "locality": "Bexhill on Sea",
                "postalCode": "TN40 2DZ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Jeff Scott, Lead Commissioning Manager, NHS Commercial Solutions",
                "email": "Hrccg.mskprocurement@nhs.net"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/25m5Ut4S",
        "name": "NHS Commercial Solutions"
    }
}