Integrated MSK Services for South & West Hertfordshire
• Hertfordshire and West Essex Integrated Care Board
F02: Contract notice
Notice reference: 2023/S 000-010397
Published 11 April 2023, 4:53pm

Contents
one. Contracting authorityI. Contracting authorityPress escape key to exit
two. Object II. Object
three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information
four. ProcedureIV. Procedure
six. Complementary informationVI. Complementary information

Section one: Contracting authoritySection I: Contracting authority
one.1) Name and addressesI.1) Name and addresses
Hertfordshire and West Essex Integrated Care Board
Charter House, Parkway
Welwyn Garden City
AL8 6JL
Email

Country
United Kingdom

If you want help with winning this tender, then take a look at our Tender Writing page.

NUTS code
UKH23 – Hertfordshire
Internet address(es)
Main address
https://hertsandwestessex.icb.nhs.uk
Buyer’s address
https://attain.bravosolution.co.uk
one.3) CommunicationI.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://attain.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://attain.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authorityI.4) Type of the contracting authority
Body governed by public law
one.5) Main activityI.5) Main activity
Health

Section two: ObjectSection II: Object
two.1) Scope of the procurementII.1) Scope of the procurement
two.1.1) TitleII.1.1) Title
Integrated MSK Services for South & West Hertfordshire
Reference number
ACE-0627-2022-HWE
two.1.2) Main CPV codeII.1.2) Main CPV code
• 85100000 – Health services
two.1.3) Type of contractII.1.3) Type of contract
Services
two.1.4) Short descriptionII.1.4) Short description
This purpose of this notice is to invite suitably qualified providers to submit offers to deliver Integrated MSK Services within South & West Hertfordshire.
The Hertfordshire and West Essex Integrated Care Board (HWE ICB) was established on 1st July 2022 and serves a population of approximately 1.6m. The Authority works closely with its system partners to improve the health and wellbeing of our local communities. Services can be commissioned at ‘place’ level or across the wider ICB. The service will be commissioned across South and West Hertfordshire place (previously the area covered by Herts Valleys Clinical Commissioning Group).
The community iMSK service aims to improve, support, manage and coordinate MSK needs and conditions delivered across primary and community care, but with access to expertise in secondary care for advice, collaboration and onward referral when required.
two.1.5) Estimated total valueII.1.5) Estimated total value
Value excluding VAT: £35,000,000
two.1.6) Information about lotsII.1.6) Information about lots
This contract is divided into lots: No
two.2) DescriptionII.2) Description
two.2.3) Place of performanceII.2.3) Place of performance
NUTS codes
• UKH23 – Hertfordshire
Main site or place of performance
South & West Hertfordshire
two.2.4) Description of the procurementII.2.4) Description of the procurement
This purpose of this notice is to invite suitably qualified providers to submit offers to deliver Integrated MSK Services within South & West Hertfordshire.
The Hertfordshire and West Essex Integrated Care Board (HWE ICB) was established on 1st July 2022 and serves a population of approximately 1.6m. The Authority works closely with its system partners to improve the health and wellbeing of our local communities. Services can be commissioned at ‘place’ level or across the wider ICB. The service will be commissioned across South and West Hertfordshire place (previously the area covered by Herts Valleys Clinical Commissioning Group).
The community iMSK service aims to improve, support, manage and coordinate MSK needs and conditions delivered across primary and community care, but with access to expertise in secondary care for advice, collaboration and onward referral when required.
The objectives of the proposed service are:
• Provide a General Practice-based Service (wherever the General Practice estate allows), directly accessible to GPs in their practices.
• Improve the MSK health of the South and West Herts population by delivering support and education events.
• Promote prevention of MSK conditions, self-care/management, and support both patients and clinicians to make an informed decision in respect of treatment options.
• Measurably improve:
o Patient outcomes – for non-surgical interventions.
o Patient experience.
o Shared Decision Making.
o Self-care.
The full scope of services can be found within the specification contained within the Invitation to Tender pack within the named eTendering Portal.
Potential providers should note that The Authority may wish to introduce additional services and / or expand the scope of the services during the lifetime of the contract (“Contract modification(s)”). Such contract modifications will be contemplated where additional requirements are similar and or complementary to the services already included in the Specification, at any given time. Such expansion would be by the addition of services commissioned by the Authority and / or other Contracting Authorities, as named in the Contract Notice. To this end, the Bidder should be aware that after the award of contract, there is a possibility that the successful Bidder may be offered a variation to the contract to include delivery of the services into the other ‘places’ within the boundary of The Authority, specifically West Essex place and/or East and North Hertfordshire place (as set out in the map provided within the procurement documents) in accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).
The value contained within this Notice is the aggregate value which is inclusive of all potential options and extensions.
The value of the contract being offered for the scope of services identified within the initial tender for the 5-year contract period is £25,000,000 (excluding VAT). This is the value by which the price evaluation will be undertaken. (The aggregate value of the contract (including extensions) is £35,000,000 (excluding VAT).
two.2.5) Award criteriaII.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated valueII.2.6) Estimated value
Value excluding VAT: £35,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
Initial contract is for a 5-year period with the option to extend for a further 2-year period pending agreement by both parties.
two.2.10) Information about variantsII.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about optionsII.2.11) Information about options
Options: Yes
Description of options
Initial contract is for a 5-year period with the option to extend for a further 2-year period pending agreement by both parties.
As set out within the description, the Authority may wish to introduce additional services / extend the scope of services within the life of the contract. This may include expanding the service across West Essex ‘place’ and East and North Hertfordshire ‘place’ to obtain a single service across the Authority’s area.
two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional informationII.2.14) Additional information
The scope of the services fall within Section 7 of the Public Contract Regulations 2015 (as amended (EU Exit) Regulations 2020 etc.). Neither the inclusion of the Bidder selection stage nor the use of the terms Invitation to Tender shall be taken to mean that the Authority intends to hold themselves bound by any of the Regulations save those applicable to Schedule 3 of the Regulations.

Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information
three.1) Conditions for participationIII.1) Conditions for participation
three.1.2) Economic and financial standingIII.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

Section four. ProcedureSection IV. Procedure
four.1) DescriptionIV.1) Description
four.1.1) Type of procedureIV.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative informationIV.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate
Date
17 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders
Date
17 May 2023
Local time
12:00pm

Section six. Complementary informationSection VI. Complementary information
six.1) Information about recurrenceVI.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional informationVI.3) Additional information
The Authority nor its advisors shall not be liable for any costs or expenses incurred by any organisation, agent or subsidiary involved in responding to this procurement. The commissioners reserve the right to withdraw from the process at any time or to not tender the service or to tender on a different basis.
To access the procurement documentation, please go to the eProcurement Portal (Bravo powered by Jaggaer) at: https://attain.bravosolution.co.uk. Click on ‘Register here’ and follow the on-screen instructions. Access the procurement documents via the link ‘View current opportunities’ on the homepage. All Potential Bidders must ‘self-invite’ their organisations to the ITT entitled ‘itt_128 – Integrated MSK Services – South & West Hertfordshire’
six.4) Procedures for reviewVI.4) Procedures for review
six.4.1) Review bodyVI.4.1) Review body
High Court of Justice for England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtainedVI.4.4) Service from which information about the review procedure may be obtained
Hertfordshire and West Essex Integrated Care Board
Charter House
Welwyn Garden City
AL8 6JL
Country
United Kingdom
Internet address
https://hertsandwestessex.icb.nhs.uk

Leave a Reply