Planning

Audiology Services in the Eastern Locality of New Devon Clinical Commissioning Group

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 1 release in its history.

Planning

01 Feb 2018 at 09:57

Summary of the contracting process

The NHS South, Central and West Commissioning Support Unit is planning to procure audiology services under the title "Audiology Services in the Eastern Locality of New Devon Clinical Commissioning Group." This procurement, classified under health services, has a total budget of approximately £9 million and is set to commence on 1 June 2019, with a contract period extending until 31 May 2022. The tender will follow an open procurement method, and a Contract Notice is expected to be published on 2 April 2018, introducing further details on the service requirements, which will encompass both routine and complex audiological provisions.

This tender presents a substantial opportunity for businesses specializing in healthcare services, particularly those with expertise in audiology for both adults and children. Companies that can demonstrate a robust geographic presence to meet service specifications and the capacity for potential subcontracting may find this procurement particularly appealing. Additionally, small and medium-sized enterprises (SMEs) are encouraged to apply, as the project aims to foster competition and enhance service delivery throughout the Eastern locality of NHS New Devon Clinical Commissioning Group.

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

Audiology Services in the Eastern Locality of New Devon Clinical Commissioning Group

Notice Description

NHS NEW Devon and South Devon & Torbay Clinical Commissioning Group wishes to procure a Single Prime Provider model, as a test of change, to deliver the scope of audiology services as defined within the relevant service specification(s). This will include delivering both routine adult hearing and other, more complex audiological service provision for all adults and children requiring intervention and treatment for the registered Eastern population of NHS NEW Devon Clinical Commissioning Group. The Provider will need to demonstrate that they are suitably established to provide the service in accordance with the requirements set out within each service specification(s). This will include providing adequate geographical coverage across the locality with suitable premises which comply with the specification. The Provider may wish to consider the need to formalise a sub-contracting arrangement to fulfil the requirements of each specification. The Prime Provider will be responsible for managing any sub-contracting arrangements, dependent upon authorisation by the CCG. Alongside the procurement of a Single Prime Provider within the Eastern locality, the CCG's will also be continuing with the current provision of AQP routine adult hearing services and other audiological services within the Northern and Western localities of NHS NEW Devon Clinical Commissioning Group and South Devon & Torbay Clinical Commissioning Group for the registered populations in these localities All Providers of routine provision will be required to comply with a standard AQP routine service specification. For those Providers delivering other audiological services other than routine adult hearing, an additional service specification setting out requirements for service provision will be developed and monitored as part of the contract management process. This will seek to establish a more consistent, equitable service across providers and localities of both CCG's. The service model framework for the Eastern locality will incorporate all routine and complex audiology provision to both adults and children of all ages excluding only a small element of specialist audiology provision which will continue to be commissioned by NHS England. The service will include provision for adults with suspected or diagnosed age related hearing loss which include hearing aid fitting (where required); follow-up and aftercare services for the registered population. In addition, the following conditions and pathways will be managed as part of the service:- - Hearing aid and rehabilitation complications - Auditory Disability; Auditory Processing Disorders and Auditory Disynchrony - Assistive listening device management - Paediatric hearing testing - Paediatric hearing aid rehabilitation - Balance - diagnostic & rehabilitation - Hearing therapy - Tinnitus & Hyperacusis - Support to inpatient and outpatient services - Support to ENT Additional information: We aim to carry out further consultation with relevant stakeholders to ensure we develop clear and consistent service pathway provision. This will continue throughout the procurement process. This Prior Information Notice is for information only. No expression of interest is required at this stage. The intention is to publish a Contract Notice for these services in April 2018. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ('the Regulations') which are not subject to the full regime of the Regulations, but is instead governed by the 'Light Touch Regime' contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). Any tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ('Open', 'Restricted', 'Competitive Procedure with Negotiation', 'Competitive Dialogue' or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-fb67c40a-440b-41b8-a5e8-fd5cbd2872fb
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/29e78a11-2e87-4d52-a4ea-b38d00e9d378
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

Tender Value
£9,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Feb 20188 years ago
Submission Deadline
Not specified
Future Notice Date
1 Apr 2018Expired
Award Date
Not specified
Contract Period
31 May 2019 - 31 May 2022 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
Contact Name
Mark Harding
Contact Email
scwcsu.clinical.procurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS1 3NX
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
TLK South West (England)

Local Authority
Bristol, City of
Electoral Ward
Central
Westminster Constituency
Bristol Central

Further Information

Notice Documents

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-fb67c40a-440b-41b8-a5e8-fd5cbd2872fb-2018-02-01T09:57:04Z",
    "date": "2018-02-01T09:57:04Z",
    "ocid": "ocds-b5fd17-fb67c40a-440b-41b8-a5e8-fd5cbd2872fb",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2019-04-01T00:00:00+01:00",
                        "endDate": "2020-03-31T23:59:59+01:00"
                    },
                    "description": "2019/2020",
                    "amount": {
                        "amount": 2498630,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "2",
                    "period": {
                        "startDate": "2020-04-01T00:00:00+01:00",
                        "endDate": "2021-03-31T23:59:59+01:00"
                    },
                    "description": "2020/2021",
                    "amount": {
                        "amount": 3000000,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "3",
                    "period": {
                        "startDate": "2021-04-01T00:00:00+01:00",
                        "endDate": "2022-03-31T23:59:59+01:00"
                    },
                    "description": "2021/2022",
                    "amount": {
                        "amount": 3000000,
                        "currency": "GBP"
                    }
                },
                {
                    "id": "4",
                    "period": {
                        "startDate": "2022-04-01T00:00:00+01:00",
                        "endDate": "2023-03-31T23:59:59+01:00"
                    },
                    "description": "2022/2023",
                    "amount": {
                        "amount": 501370,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/29e78a11-2e87-4d52-a4ea-b38d00e9d378",
                "datePublished": "2018-02-01T09:57:04Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "PR002324",
        "title": "Audiology Services in the Eastern Locality of New Devon Clinical Commissioning Group",
        "description": "NHS NEW Devon and South Devon & Torbay Clinical Commissioning Group wishes to procure a Single Prime Provider model, as a test of change, to deliver the scope of audiology services as defined within the relevant service specification(s). This will include delivering both routine adult hearing and other, more complex audiological service provision for all adults and children requiring intervention and treatment for the registered Eastern population of NHS NEW Devon Clinical Commissioning Group. The Provider will need to demonstrate that they are suitably established to provide the service in accordance with the requirements set out within each service specification(s). This will include providing adequate geographical coverage across the locality with suitable premises which comply with the specification. The Provider may wish to consider the need to formalise a sub-contracting arrangement to fulfil the requirements of each specification. The Prime Provider will be responsible for managing any sub-contracting arrangements, dependent upon authorisation by the CCG. Alongside the procurement of a Single Prime Provider within the Eastern locality, the CCG's will also be continuing with the current provision of AQP routine adult hearing services and other audiological services within the Northern and Western localities of NHS NEW Devon Clinical Commissioning Group and South Devon & Torbay Clinical Commissioning Group for the registered populations in these localities All Providers of routine provision will be required to comply with a standard AQP routine service specification. For those Providers delivering other audiological services other than routine adult hearing, an additional service specification setting out requirements for service provision will be developed and monitored as part of the contract management process. This will seek to establish a more consistent, equitable service across providers and localities of both CCG's. The service model framework for the Eastern locality will incorporate all routine and complex audiology provision to both adults and children of all ages excluding only a small element of specialist audiology provision which will continue to be commissioned by NHS England. The service will include provision for adults with suspected or diagnosed age related hearing loss which include hearing aid fitting (where required); follow-up and aftercare services for the registered population. In addition, the following conditions and pathways will be managed as part of the service:- - Hearing aid and rehabilitation complications - Auditory Disability; Auditory Processing Disorders and Auditory Disynchrony - Assistive listening device management - Paediatric hearing testing - Paediatric hearing aid rehabilitation - Balance - diagnostic & rehabilitation - Hearing therapy - Tinnitus & Hyperacusis - Support to inpatient and outpatient services - Support to ENT Additional information: We aim to carry out further consultation with relevant stakeholders to ensure we develop clear and consistent service pathway provision. This will continue throughout the procurement process. This Prior Information Notice is for information only. No expression of interest is required at this stage. The intention is to publish a Contract Notice for these services in April 2018. The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ('the Regulations') which are not subject to the full regime of the Regulations, but is instead governed by the 'Light Touch Regime' contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). Any tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ('Open', 'Restricted', 'Competitive Procedure with Negotiation', 'Competitive Dialogue' or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 9000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "communication": {
            "futureNoticeDate": "2018-04-02T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2019-06-01T00:00:00+01:00",
            "endDate": "2022-05-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
            "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
            "identifier": {
                "legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/FDEK7nf7"
            },
            "address": {
                "streetAddress": "SOUTH PLAZA",
                "locality": "BRISTOL",
                "postalCode": "BS13NX",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Mark Harding",
                "email": "SCWCSU.clinical.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    }
}