Provision of primary & community healthcare and secondary healthcare

Project HC 2013, C&C

Health services. Community health services. Hospital services. The Ministry of Defence (MOD) has responsibility for providing access to healthcare for British military personnel, UK civil servants and their dependants within British Forces Germany (BFG) and a number of isolated detachments across Europe which, where possible, is at least to UK NHS standards. BFG Health Service (BFG HS) is the MOD organisation responsible for ensuring that healthcare, consisting of primary and community (PCC) and secondary healthcare (SHC) is provided. At present this requirement is met by a combination of services provided by MOD personnel and through contracted out services. The current contracted out services end on 31 Mar 13, which has presented the Authority with the opportunity to completely re-assess the best way to deliver all of its future healthcare requirements, which are articulated below. By 2013 the population of BFG is expected to be in the region of 30 000 – 35 000, which will then reduce in stages until the anticipated complete withdrawal of forces from BFG by 2020. The majority of the population is distributed across 4 Garrison areas located in Northern Germany. There is also a small population in Belgium and the Netherlands, plus several small detachments located across other parts of Europe. Bidders will be expected to demonstrate that their proposals are flexible, sustainable, and will continue to deliver value for money to the Authority throughout the period of withdrawal from Germany. The requirement has been split into 2 lots (lot 1 primary & community care (PCC) and lot 2 secondary health care (SHC)). Interested parties may express an interest in one or both lots. The Authority anticipates inviting no more than 5 companies to tender for each LOT. As necessary, a Pre Qualification (PQQ) exercise will be undertaken and separate PQQs will be issued for each LOT. Those companies who meet the minimum selection criteria as stated within the PQQ will be invited to tender against one or both LOTS. LOT1 (PCC) comprises provision of a fully integrated and managed service for the complete range of primary and community care services equivalent to those standards you would expect from an NHS provided service. These include, but are not limited to, General Practitioner services, nursing, health visiting, military occupational health, military medical training, public health, mental health, community paediatrics, Genito-Urinary Medicine, physiotherapy, speech and language, out of hours service, records management and pharmacy. There is also a requirement to embed the Authority’s military health care professionals into the delivery of services. Lot 2 (SHC) comprises delivery of a fully integrated and managed service for the full range of secondary healthcare including in-patient mental health services. It is expected that SHC services will in the main be delivered local to BFG centres of population, but bidders would also need to demonstrate an understanding of UK NHS, and be able to gain access to UK medical/clinical advice and facilitate the transfer of patients in to a UK NHS care environment, where this was appropriate. Additionally there is an opportunity for those bidding in both lot 1 and lot 2 to offer, by way of a variant bid against those lots, a joint solution. The Authority reserves the right to accept this joint solution where it meets the award criteria. A joint solution will only be considered by the Authority where both of the individual bids have reached the minimum technical threshold for both lots. Any resultant contract duration for either lot 1, lot 2, or any joint solution will be for a minimum of 7 years, with the option to further extend as declared at II.2.2 below. Expressions of interest (EOIs) must be submitted in writing confirming which LOT or LOTS you would be potentially interested in. It would be helpful if your EOI gave an indication of whether you intend to submit a joint solution if you were successful and invited to tender for both lots. Bidders are advised to acquaint themselves with Articles 71 and 72 of the Supplementary Agreement of 3.8.1959 to the NATO status of forces agreement of 19.6.1951, and to note that, should they be successful in the bidding process, and should the conditions in either article 71 or 72 be fulfilled, the Authority would be prepared to seek the agreement of the Federal Republic of Germany under article 71.4 or 72.4 as appropriate for the bidder to be treated as an organisation to which the provisions of article 71 or 72 should apply. http://www.nato.int/cps/en/natolive/official_texts_17265.htm Bidders should also note that the Procuring Authority has the need for greater transparency across its operations to enable to hold public bodies to account. All bidders should be aware that if they are awarded a new government contract, the resulting contract (and all preceding related tender documentation) between the supplier and the government shall be published. In limited circumstances, certain information may be redacted from documents prior to publication.

Deadline
Die Frist für den Eingang der Angebote war 2011-09-30. Die Ausschreibung wurde veröffentlicht am 2011-08-31.

Wer?

Wie?

Wo?

Geschichte der Beschaffung
Datum Dokument
2011-08-31 Auftragsbekanntmachung