memorandum of intention
Post on 24-Jun-2015
398 Views
Preview:
TRANSCRIPT
Community Based Dermatology Service
NHS Sefton
Memorandum of Information (MOI)
Date February 2010
Page 1 of 18
CONTENTS
1 PURPOSE, STRUCTURE AND NEXT STEPS FOR BIDDERS............................................................4
1.1 Purpose of this document ...........................................................................................................4 1.2 Organisation of this document....................................................................................................4 1.3 Next Steps for Bidders.................................................................................................................4 2 INTRODUCTION AND OVERVIEW ......................................................................................................5 2.1 Introduction..................................................................................................................................5 2.2 Aims of this Service .....................................................................................................................5 2.3 General Overview .........................................................................................................................5 2.4 Expected Outcomes of the Service.............................................................................................5 2.4.1 Service Outcomes.................................................................................................................5 2.4.2 Patient Outcomes..................................................................................................................6 2.5 Scope of the Service ....................................................................................................................6 2.6 Activity Data.................................................................................................................................6 2.7 Bidder Pool ..................................................................................................................................7 2.8 Critical Success Factors (CSFs) .................................................................................................7 3 COMMISSIONING PCT.........................................................................................................................8 4 PROCUREMENT PROCESS................................................................................................................8 4.1 Advert ...........................................................................................................................................8 4.2 Memorandum of Information .......................................................................................................8 4.3 Expression of Interest..................................................................................................................9 4.4 Pre-Qualification Questionnaire (PQQ).......................................................................................9 4.5 Invitation to Tender ......................................................................................................................9 4.6 Contract Award............................................................................................................................9 4.7 Service Commencement ............................................................................................................10 4.8 Procurement Timeline................................................................................................................10 5 COMMERCIAL FRAMEWORK............................................................................................................11 5.1 Contract......................................................................................................................................11 5.2 Workforce...................................................................................................................................11 5.3 Pensions.....................................................................................................................................11 5.4 Staff Transfers (TUPE) ...............................................................................................................11 5.5 Premises, Facilities Management, Equipment and Information Management and Technology ...........................................................................................................................................12 5.6 Financial Standing......................................................................................................................12 5.7 Performance Security.................................................................................................................12 5.8 Insurance....................................................................................................................................12 6 GOVERNANCE AND ADMINISTRATION...........................................................................................13 6.1 Procurement Costs.....................................................................................................................13 6.2 Consultation.................................................................................. Error! Bookmark not defined. 6.3 The Public Contract Regulations 2006 .....................................................................................13 6.4 Conflicts of interest....................................................................................................................13 6.5 Non-collusion and Canvassing .................................................................................................14 6.6 Freedom of Information .............................................................................................................14 6.7 Disclaimer ..................................................................................................................................14 7 GLOSSARY OF TERMS......................................................................................................................15
Page 2 of 18
1 PURPOSE, STRUCTURE AND NEXT STEPS FOR BIDDERS
1.1 Purpose of this document
This Memorandum of Information (MOI) provides an overview of the Community Dermatology Service
Procurement by NHS Sefton. It contains information regarding:
• The procurement and its objectives;
• Service requirements;
• The procurement process;
• Procurement commercial framework; and
• Procurement governance and administration requirements.
The purpose of this MOI is to provide potential Bidders with sufficient information on this Community Dermatology
Services Procurement (hereafter referred to as the Service Procurement) to enable them:
• To make an informed decision about whether they wish to participate; and
• To submit an Expression of Interest (EOI) and complete a Pre Qualification Questionnaire (PQQ)
1.2 Organisation of this document
This MOI is organised into the following sections:
• Section 1: Purpose, Structure and Next Steps for Bidders -Detailing the purpose and organisation of the MOI and
the next steps for potential Bidders.
• Section 2: Introduction and Overview -Detailing the background and objectives to the Service Procurement, the
scope of services to be procured, the bidder pool and the factors critical to the success of the Service.
• Section 3: Commissioning PCT -Details of the Commissioning PCT.
• Section 4: Procurement Process Overview -Detailing the steps involved in the Service Procurement.
• Section 5: Commercial Framework -Detailing the key commercial terms and other legal and contractual
arrangements for the Service Procurement.
• Section 6: Governance and Administration - Detailing key governance and administration requirements of the
Service Procurement.
• Section 7: Glossary Of Terms -Terms and abbreviations used in this document
1.3 Next Steps for Bidders
Interested parties wishing to participate in the Service Procurement must complete a Pre Qualification
Questionnaire and submit no later than noon on 31st March 2010.
Any potential Bidder who does not meet the deadline will not be considered.
Page 3 of 18
2 INTRODUCTION AND OVERVIEW
2.1 Introduction
NHS Sefton is looking for a single provider who can deliver a safe, effective, personalised and fair service
to patients with dermatological conditions in Sefton
The Sefton-wide Community Dermatology Service will provide a local, more accessible and cost effective service
to patients in line with the white paper “Our Health, Our Care Our Say; A New Direction for Community Services.
(1) (DH, January 2006).
2.2 Aims of this Service
The aims of the Community Dermatology Service are to:-
• Diagnose, treat and manage patients with dermatological conditions
• Improve access to care and ensure patients are seen and treated in an environment most appropriate to their
needs.
• Deliver an integrated Dermatology pathway across primary and secondary care, working in partnership with GPs
and with access to Consultant Dermatologists
• To provide dermatology education and advice to primary care, patients and the public
to enable patients to be managed appropriately at the lowest service level for their condition.
2.3 General Overview
NHS Sefton serves a population of 280,000 with 280,889 patients registered with Sefton GPs. Overall the
indicators of health for people living in Sefton are worse than average when compared with England,
For Sefton, six out of 25 Health Indicators are better than the national average and 16 are better than the regional
average. 18 indicators are worse than the national average.
• Men can expect to live 75.6 years in Sefton and women 80.2 years, more than the regional but less than the
national average. There is a gap in life expectancy of six years between the poorest and the most affluent areas of
Sefton, the largest gap nationally being 10.1 years and the smallest 2.7 years.
• Alcohol misuse is a significant problem in the North West. It is estimated that 23.4% of adults in Sefton binge
drink, which is close to the regional but more than the national average. Similarly, admissions to hospital for
alcohol related conditions are close to the regional but more than the national average.
Best & worst health indicators (in addition to life expectancy and alcohol)
• There are fewer teenage pregnancies than average and GCSE achievement is good.
• There is less violent crime than the regional and national average.
• 63.9% of local authority properties do not achieve the “decent homes standard”. This figure is much worse than
the national average but is in comparison to similar local authorities.
Page 4 of 18
• It is estimated that only 19.5% of people eat five or more portions of fruit and vegetables per day, lower than the
regional and national average.
• The number of drug users aged 15-44 in contact with treatment services is higher than the national average.
Access to a car or van (31%) is better than regional (30.2%)and England averages (26.8%)²
Dermatology Services
Dermatology services in total cost £1.8m in 2008-09 of which 75% were referrals by GPs. There were 5361 new
referrals to Acute care (first appointments) by GPs of which 4028 were attended, and there were 7121 attended
follow-up appointments.
Recent data states that there are approximately 25% DNAs on first appointments.
With a faster and more affective service it is expected that more patients will be accessing the service hence this
needs to be taken into account when predicting activity.
Atopic eczema is increasing and is estimated to affect 15-20% of the population
In 2005 there were 2580 births in Sefton, it would be expected that 387-516 of these babies will develop childhood
eczema. There is also significant acne in 14% of the 15-24 year olds.
The existing ‘medical’ community service works out of 4 community settings with 3 in the North of the borough
seeing 50% of total patients and 1 in the South seeing the remaining 50%. The current medical dermatology
service provider has given notice to cease provision from November 1st 2010. There are 5 GP Minor Surgeons who
provide surgical services as independent contractors over and above those provided by 35 GP’s performing minor
surgery under the Minor Surgery DES. It is envisaged that the provider will continue to make use of the 5 existing
GP contractors within the procured service, subject to negotiation. The 35 DES providers will remain contracted to
NHS Sefton Primary Care.
2.4 Expected Outcomes of the Service
2.4.1 Service Outcomes
The expected outcomes that relate to access and performance are:-
• Ability demonstrate equitable access for all Sefton residents for treatment of dermatology conditions
• A reduction in referrals to secondary care services by 60% and a reduction in the number of follow ups across all
levels of care
• High patient satisfaction with Dermatology services
• Services delivered closer to patients’ homes
• Improved communication between specialist clinicians and GP’s
http://www.apho.org.uk/resource/item.aspx?RID=51813
² Census 2001, www.neighbourhood.statistics.gov.uk
Page 5 of 18
2.4.2 Patient Outcomes
The expected outcomes that relate to the quality of patient care are:-
• Improved quality of care within primary and community settings
• Increased patient choice
• Services closer to patients’ homes
• Improved access to advice and information and increased knowledge and awareness of the management of
Dermatology within Sefton
• High patient satisfaction with Dermatology services
2.5 Scope of the Service
The key elements of the Community Dermatology Service will be as follows:-
• The service will be community based
• The service will deliver assessment, investigation and treatment to patients suffering with skin diseases
• The service will deliver education and training to GPs and other relevant professionals delivering healthcare to
Sefton residents
• The assessment and management of patients with skin diseases shall be
performed by a multidisciplinary team. This may comprise of Dermatology Specialists, GPs with recognised
dermatology diplomas, Specialist Nurses, Health Care Assistants and Pharmacists
The service will treat all ages and expects that children under the age of 16 must be
referred to secondary care for any surgical procedures.
Any complex cases requiring specialist treatments or skin cancers will continue to be referred to NHS Sefton
Secondary Care Providers.
The Provider will operate from NHS Sefton’s existing premises with an option to expand provision as required.
Costs will be included in the ITT.
2.6 Activity Data
The 2009/10 forecast activity for a Community Dermatology Service based on a 60% shift of new patients and 40%
shift in Follow ups from Acute care is as follows:
New patients; 3715
Fu patients; 5603
This does not include DNAs and cancelled patients
However, it should be noted that as this data is only a forecast, NHS Sefton is making no guarantee as to
future volumes.
Page 6 of 18
2.7 Bidder Pool
The Service Procurement seeks to ensure responses are received by NHS Sefton to the Pre-Qualification
Questionnaire (PQQ) from suitably qualified and experienced healthcare providers with the necessary capacity and
capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of
Community Dermatology Services as outlined in this document, in a safe and effective manner and to meet the
critical success factors below.
2.8 Critical Success Factors (CSFs)
Specific evaluation criteria will be included in the ITT. NHS Sefton has determined the following critical success
factors for this service:
• The Service is easily accessible and well known to patients;
• There is demonstrable efficient provision of skilled assessment, treatment and advice to the local population of
the Area(s);
• The service provided is safe, patient-centred and delivered to the highest quality and standards;
• The Provider can demonstrate robust governance, clinical leadership and continuous learning and self-
improvement processes;
• The Provider demonstrates implementation of all appropriate guidance and legislation e.g. NICE and NSFs, Care
Quality Commission;
• Reduction in referrals to secondary care services and a reduction in the number of follow ups across all levels of
care;
• The local elements of the Service are integrated into primary and secondary care services as appropriate;
• There is timely, accurate, and comprehensive regular performance reporting in line with NHS Sefton’s
requirements;
• A high level of Patient satisfaction with the Service; and
• Demonstrable value for money.
NHS Sefton will require the Provider to meet the CSFs throughout the life of the Contract.
COMMISSIONING PCT
The commissioning PCT for the procurement of Community Based Dermatology Service
is:
Commissioning PCT NHS Sefton
SHA NHS North West
A map outlining the geographical location of the Commissioning PCT (NHS Sefton) is provided in Appendix A
Page 7 of 18
4 PROCUREMENT PROCESS
4.1 Advert
An advert has been placed on the Supply2Health website. The advert has also been posted on the website of NHS
Sefton and NWCCA. Potential Bidders must register their interest by completing a PQQ and submitting in
accordance with the requirements contained within this document.
4.2 Memorandum of Information
This MOI provides details of the Service Procurement. The MOI should provide potential Bidders with sufficient
information on the Community Dermatology Procurement process to enable them to make an informed decision
about whether they wish to register their interest in the Service Procurement.
Interest must be registered by submitting a completed PQQ in accordance with the requirements detailed within
this MOI.
4.3 Expression of Interest
Interested parties wishing to participate in the Service Procurement must submit a PQQ via Bravosolutions before
noon on 31st March 2010
Late responses will not be considered.
4.4 Pre-Qualification Questionnaire (PQQ)
The PQQ provides detailed information on the PQQ process, guidance on how to complete the PQQ and a series
of questions for potential Bidders to answer.
The PQQ will be available on Bravosolutions for all interested Bidders to download.
All potential Bidders wishing to bid for the Community Dermatology Service must respond to the PQQ before the
deadline stated in the PQQ. The co-ordinating commissioner reserves the right not to consider any PQQ
submission received after that deadline.
A clarification question and answer process will operate during the PQQ stage and will be explained in the PQQ
documentation.
The PQQ is designed to evaluate the potential Bidders capacity, capability and eligibility to provide the services
subject to the Service Procurement.
Page 8 of 18
The PQQ evaluation will result in a short-listing process and potential Bidders will be told whether or not they have
been short-listed. Further details of the PQQ process and evaluation will be set out in the PQQ.
PQQs must arrive before Noon on 31st March 2010
Late or incomplete PQQ’s will not be considered.
4.5 Invitation to Tender
Shortlisted bidders will be invited to proceed to the ITT stage for the Service Procurement and will be issued with
the Community Dermatology Services ITT. The detailed requirements of the Community Dermatology Services
ITT, the information required from Bidders and the timescales for submission of bids will be included in the ITT.
Further details of the ITT process and evaluation will be set out in the Community Dermatology Services ITT.
4.6 Contract Award
Based on the outcome of the Community Dermatology Services ITT evaluation, a recommendation for a preferred
bidder will be made to NHS Sefton’s Board for consideration. Following Board approval, NHS Sefton and the
recommended Bidder(s) may enter into the contracts.
4.7 Service Commencement
Following contract award and in accordance with the Provider’s mobilisation plan, NHS Sefton and the Provider will
work together towards service commencement at the contractually agreed date.
4.8 Procurement Timeline
The timeline for Community Dermatology Procurement is set out in the table below.
Milestones Date
Advert published and MOI / PQQ available 1st March 2010
Deadline for receipt of potential clarification questions COP 17th March 2010
Deadline for receipt of PQQ submissions 12 Noon 31st March 2010
Invitation to Tender (ITT) issued to Bidders COP 26 April 2010
Deadline for receipt of tender clarification questions COP 14May 2010
Deadline for receipt of ITT bids 12 Noon 28 May 2010
PCT Board to ratify award decision July 2010
10 day “cooling down” period TBA
Contract award 02 August 2010
Contract finalisation, mobilisation period etc TBA August-October 2010
Service commencement 1st November 2010
Page 9 of 18
It should be noted that the dates are the anticipated dates at the time of issuing this advert and may be subject to
change. Timelines following receipt of ITT will be confirmed at PQQ stage.
5 COMMERCIAL FRAMEWORK
Potential Bidders’ attention is drawn to the following commercial information:
5.1 Contract
The contract to be entered into by NHS Sefton and the selected Provider will be based on the NHS Contract for
Community Services and will comply with the mandatory requirements of this framework contract and all
Legislation, as may apply. Within this framework, the contract will be adapted as necessary to reflect the
requirements of NHS Sefton Scheme (the Contract).
The Contract will be separate to and independent of any existing contract currently in place between a Provider
and NHS Sefton.
Draft copies of the contract will be shared with bidders at ITT stage.
5.2 Workforce
Policies and Strategies
Bidders will be required to provide evidence that all proposed workforce policies, strategies, processes and
practices comply with all relevant employment legislation applicable in the UK and in addition comply with the
provisions outlined in:
• Safer Recruitment – A Guide for NHS Employers (May 2005);
• The Code of Practice for the International Recruitment of Healthcare
Professionals (December 2004) (the Code of Practice); and
• Delivering Standards for Better Health (April 2006).
At PQQ Stage, potential Bidders will be required to provide executive summary information on the following, with
full copies of policies and other documentation being required at ITT stage:
• Recruitment, Diversity, Health & Safety and other relevant policies including those on environmental protection;
• Procedures for ensuring compliance that all clinical staff and health professionals are registered with the relevant
UK professional and regulatory bodies;
• Policy for ensuring clinical staff meet the CPD requirements of their professional and regulatory bodies; and
• Staff handbook setting out terms and conditions of employment for staff.
Page 10 of 18
5.3 Pensions
Potential Bidders who are non-NHS organisations should assume that their staff will not be able to participate in
NHS pension and injury benefit arrangements.
5.4 Staff Transfers (TUPE)
Some staff transfers from the existing provider to new provider may occur and where this involves significant staff
numbers representing a material proportion of an undertaking, there may be staff transfers under TUPE.
Where TUPE applies, the Code of Practice on Workforce Matters in Public Sector Service Contracts Guidance
(Cabinet Office, March 2005) will apply. This means that staff transferring under TUPE should receive access to a
pension scheme that is certified as “broadly comparable” with the NHS Pension Scheme by the Government
Actuary’s Department (GAD).
Whilst NHS Sefton anticipates that TUPE may apply, it is for the Bidders to establish to their own satisfaction
whether TUPE applies or not. TUPE information provided by the current provider will be made available at the ITT
stage. NHS Sefton gives no warranty as to the accuracy of any information provided.
5.5 Premises, Facilities Management, Equipment and Information
Management and Technology
Further details regarding the treatment and potential availability of premises, facilities management and equipment
will be provided in the ITT.
The Provider will be required to use a range of information systems and technology that integrates with existing
and proposed systems operated by NHS Sefton. NHS SEFTON aims to implement EMIS web in the near future.
Further details regarding the information management and technology aspects relating to this Service will be
provided in the ITT.
5.6 Financial Standing
At PQQ stage, Bidders will be requested to provide audited financial statements (Profit & Loss Account, Balance
Sheet and Directors Report). Where audited financial statements are not available, Bidders will be requested to
provide either unaudited financial statements or management accounts, containing as a minimum: profit and loss
account; balance sheet; a management commentary including details of any significant contract wins; full details of
any banking facilities agreed and available; and any other significant items that could impact on the Bidder’s
profitability, liquidity or financial stability.
At the ITT stage, Bidders may be required to provide additional financial information to assist in evaluation. NHS
Sefton will also verify and analyse company status and performance by means of third party credit checks.
Page 11 of 18
Copies of the Bidder’s current Employers Liability and Public Liability Insurance certificates will also be requested
at this stage.
5.7 Performance Security
It is expected that no performance security will be required from Providers for the Service Procurement. If this is
required, details will be set out in the ITT.
5.8 Insurance
A comprehensive and appropriate schedule of insurances that the Provider(s) will be required to hold in respect of
the Service Procurement will be set out in the ITT. This will typically include public liability, corporate medical and
malpractice and certain property cover.
The insurance requirements will also require Providers to ensure that:
• NHS Sefton’s interests are fully protected;
• Members of the public utilising the services are fully protected to the extent that they have a valid claim against
the Provider and / or NHS Sefton; and
• The Provider maintains insurance which meets at least the minimum statutory requirements.
Providers will be required to indemnify NHS Sefton against any claims that may be made against them arising from
the provision of the services by the Provider. The Provider will be required to provide evidence that they have
sourced appropriate (and sufficient) insurance or other arrangements. For the avoidance of doubt, this will include
provisions for clinical negligence insurance covering all staff and operational risk in the facilities from which the
Provider’s services are to be provided.
6 GOVERNANCE AND ADMINISTRATION
6.1 Procurement Costs
Each Bidder will be responsible for its own costs incurred throughout each stage of the
Community Dermatology Procurement process. NHS Sefton, NWCCA, the SHA and DH will not
be responsible for any costs incurred by any Bidder or any other person through this
process and has no liability.
6.2 Involvement
NHS Sefton will lead on all local stakeholder engagement under the NHS Act 2006.
6.3 The Public Contract Regulations 2006
Page 12 of 18
The services to which this MOI relates fall within Part B of Schedule 3 to the Public Contracts Regulations 2006
(“the Regulations”) and Annex II B to Council Directive 2004/18/EC.
Neither the inclusion of a Bidder selection stage nor the use of the term “Pre-Qualification Questionnaire" nor any
other indication shall be taken to mean that NHS Sefton intends to hold themselves bound by any of the
Regulations, save those applicable to Part B services.
6.4 Conflicts of interest
In order to ensure a fair and competitive procurement process, all potential bidders are required to identify all
actual or potential conflicts of interest that they may have, and that these are identified and resolved to the
satisfaction of NHS Sefton.
Potential Bidders should notify NHS Sefton, of any actual or potential conflicts of interest in their response to the
PQQ. If the potential Bidder becomes aware of an actual or potential conflict of interest following submission of the
PQQ it should immediately notify NHS Sefton via Bravosolutions. Such notifications should provide details of the
actual or potential conflict of interest.
If, following consultation with the potential Bidder or Bidders, such actual or potential conflict(s) are not resolved to
the satisfaction of NHS Sefton, then NHS Sefton reserves the right to exclude at any time any potential Bidder or
Bidders from the Service Procurement process should any actual or potential conflict(s) of interest be found to
Page 13 of 18
confer an unfair competitive advantage on one or more potential Bidder(s), or otherwise to undermine a fair and
competitive procurement process.
6.5 Non-collusion and Canvassing
Each potential Bidder must neither disclose to, nor discuss with any other potential Bidder, or Bidders (whether
directly or indirectly), any aspect of any response to any Service Procurement documents (including the PQQ and
ITT).
Each potential Bidder must not canvass or solicit or offer any gift or consideration whatsoever as an inducement or
reward to any officer or employee of, or person acting as an adviser to, either the NHS or the DH in connection
with the selection of Bidders or the Provider in relation to the Service Procurement.
6.6 Freedom of Information
NHS Sefton is committed to open government and meeting their legal responsibilities under the Freedom of
Information Act (FOIA). Accordingly, any information created by or submitted to NHS Sefton (including, but not
limited to, the information contained in the MOI, PQQ or Scheme ITT and the submissions, bids and clarification
answers received from potential Bidders) may need to be disclosed by NHS Sefton in response to a request for
information.
In making a submission or bid or corresponding with NHS Sefton at any stage of the Service Procurement, each
potential Bidder and each Relevant Organisation acknowledges and accepts that NHS Sefton may be obliged
under the FOIA to disclose any information provided to it:
• Without consulting the potential Bidder or Bidders;
or
• Following consultation with the potential Bidder or Bidders and having taken its views into account.
Potential Bidders must clearly identify any information supplied in response to the Community Dermatology PQQ
or the ITT that they consider to be confidential or commercially sensitive and attach a brief statement of the
reasons why such information should be so treated and for what period.
Where it is considered that disclosing information in response to a FOIA request could cause a risk to the
procurement process or prejudice the commercial interests of any potential Bidder or Bidders, NHS Sefton may
wish to withhold such information under the relevant FOIA exemption.
However, potential Bidders should be aware that NHS Sefton are responsible for determining at its absolute
discretion whether the information requested falls within an exemption to disclosure, or whether it must be
disclosed.
Page 14 of 18
Potential Bidders should therefore note that the receipt by NHS Sefton of any information marked “confidential” or
equivalent does not mean that they accept any duty of confidence by virtue of that marking, and that NHS Sefton
has the final decision regarding the disclosure of any such information in response to a request for information.
6.7 Disclaimer
The information contained in this MOI is presented in good faith and does not purport to be comprehensive or to
have been independently verified.
Neither NHS Sefton, NWCCA, the DH, nor any of their advisers accept any responsibility or liability in relation to its
accuracy or completeness or any other information which has been, or which is subsequently, made available to
any potential Bidder, Provider, Bidder Member, Clinical Services Supplier, financiers or any of their advisers, orally
or in writing or in whatever media.
Interested parties and their advisers must therefore take their own steps to verify the accuracy of any information
that they consider relevant. They must not, and are not entitled to, rely on any statement or representation made
by NHS Sefton, the DH or any of their advisers.
This MOI is intended only as a preliminary background explanation of NHS Sefton’s activities and plans and is not
intended to form the basis of any decision on the terms upon which they will enter into any contractual relationship.
NHS Sefton reserves the right to change the basis of, or the procedures (including the timetable) relating to, the
Service Procurement process, to reject any, or all, of the PQQ submissions and ITT bids, not to invite a potential
Bidder to proceed further, not to furnish a potential Bidder with additional information nor otherwise to negotiate
with a potential Bidder in respect of the Service Procurement.
NHS Sefton shall not be obliged to appoint any of the Bidders and reserves the right
not to proceed with the Service Procurement, or any part thereof, at any time.
Nothing in this MOI is, nor shall be relied upon as, a promise or representation as to any decision by NHS Sefton in
relation to this Service Procurement. No person has been authorised by NHS Sefton or their advisers or
consultants to give any information or make any representation not contained in this MOI and, if given or made,
any such information or representation shall not be relied upon as having been so authorised.
Nothing in this MOI or any other pre-contractual documentation shall constitute the basis of an express or implied
contract that may be concluded in relation to the Service Procurement, nor shall such documentation/information
be used in construing any such contract. Each Bidder must rely on the terms and conditions contained in any
contract when, and if, finally executed, subject to such limitations and restrictions that may be specified in such
contract. No such contract will contain any representation or warranty in respect of the MOI or other pre-contract
documentation.
Page 15 of 18
In this section, references to this MOI include all information contained in it and any other information (whether
written, oral or in machine-readable form) or opinions made available by or on behalf of NHS Sefton, the DH or any
of their advisers or consultants in connection with this MOI or any other pre-contract documentation.
GLOSSARY OF TERMS
Term Description
Bidder ; A single operating organisation/person that has been short-listed through the PQQ evaluation process
and been invited to participate in the ITT stage and is bidding for one or more PCT Schemes
Bidder Guarantor ;An organisation providing a guarantee, indemnity or other undertaking in respect of a Bidder’s
or a Bidder Member’s obligations
Bidder Member; A shareholder or member or proposed shareholder or member in, or controlling entity of, the
Bidder and / or that shareholder’s or member’s or proposed shareholder’s or member’s ultimate holding company
or controlling entity
CPD; Continuing Professional Development
Clinical Services Supplier; All suppliers providing clinical services which are the subject of the Contract including,
but not limited to, primary medical care services
Contract; A form of contract, as detailed further in paragraph 5, to be entered into between NHS Sefton and the
Recommended Bidder for the provision of community based dermatology services
DH; Department of Health
EOI; Expression of Interest
FOIA ;/ Freedom of Information Act The Freedom of Information Act 2000 and any subordinate legislation
made under that Act from time to time, together with any guidance and / or codes of practice issued by the
Information Commissioner, the Department of Constitutional Affairs, the Office of Government Commerce and the
NHS in relation to such legislation or relevant codes of practice to which the DH and Sefton PCT is subject
IM&T; Information Management and Technology
ITT; Invitation to Tender
Page 16 of 18
MOI; This Memorandum of Information setting out the details of the Scheme and the requirements of the
Procurement
NHS National Health Service PCT Scheme; The primary medical care services to be procured by a PCT, as
detailed (by PCT Scheme) in paragraph 2
NWCCA; North West Collaborative Commercial Agency
Sefton PCT Scheme ITT; An ITT that is specific to those primary medical care services set out in one or more
PCT Schemes that a PCT wishes to procure and is sent to potential Bidders who have been short-listed following
the PQQ stage
Potential Bidder; A single operating organisation or person that is participating in the Procurement, but that has
not at the relevant time been invited to respond to an ITT
PQQ; Pre-Qualification Questionnaire
Provider; The successful Bidder who has entered into a Contract with a PCT to provide the primary medical care
services specified in the relevant PCT Scheme
Relevant Organisation; An organisation(s) or person connected with a response to a PQQ and / or connected
with a bid submission including (without limitation):
( i ) the potential Bidder;
( i i ) the Bidder;
( i i i ) the Provider;
( i v ) each Bidder Member;
( v ) each Bidder Guarantor; and
( v i ) each Clinical Services Supplier
SHA; Strategic Health Authority
Page 17 of 18
Appendix A
Page 18 of 18
top related