document

26
Memorandum of Information (MOI) NHS Kirklees is inviting suitably qualified & experienced healthcare providers to tender for the opportunity to provide a Specialist Community Chronic Obstructive Pulmonary Disease (COPD) Service for NHS Kirklees 1

Upload: nhs-kirklees

Post on 06-Mar-2016

216 views

Category:

Documents


2 download

DESCRIPTION

http://www.kirklees.nhs.uk/fileadmin/documents/tender/COPD/Updated_MOI_for_tender_jul2010_COPD.doc

TRANSCRIPT

Page 1: Document

Memorandum of Information (MOI)

NHS Kirklees is inviting suitably qualified & experienced healthcare providers to tender for the opportunity to provide a Specialist Community

Chronic Obstructive Pulmonary Disease (COPD) Service for NHS Kirklees

1

Page 2: Document

Table of Contents1 PURPOSE, STRUCTURE AND NEXT STEPS FOR BIDDERS.......................31.1 Purpose of this document..................................................................................................31.2 Organisation of this document...........................................................................................31.3 Next Steps for Bidders......................................................................................................3

2 INTRODUCTION AND OVERVIEW.................................................................32.1 Background and Context to the Equitable Access Procurement.......................................32.2 Objectives of the PCT Procurement..................................................................................32.3 Scope of Services.............................................................................................................32.4 Bidder Pool........................................................................................................................ 32.5 Critical Success Factors (CSFs)........................................................................................3

3 COMMISSIONING PCT....................................................................................33.1 Commissioning PCT..........................................................................................................33.2 PCT Schemes...................................................................................................................3

4 PROCUREMENT PROCESS – OVERVIEW....................................................34.1 Procurement Timeline.......................................................................................................34.2 Advert, MOI & EOI.............................................................................................................34.3 Bidder Information Day......................................................Error! Bookmark not defined.4.4 PQQ.................................................................................................................................. 34.5 Invitation to Tender............................................................................................................34.6 Contract Award.................................................................................................................. 34.7 Service Commencement...................................................................................................3

5 COMMERCIAL FRAMEWORK........................................................................35.1 Contract............................................................................................................................. 35.2 Contract Duration..............................................................................................................35.3 Clinical............................................................................................................................... 35.4 Protection of Existing Primary Medical Care Services.......Error! Bookmark not defined.5.5 Workforce..........................................................................................................................35.6 Training..............................................................................Error! Bookmark not defined.5.7 Premises, Facilities Management & Equipment................................................................35.8 IM&T.................................................................................................................................. 35.9 Payment Mechanism.........................................................................................................35.10 Financial Standing.............................................................................................................35.11 Performance Security........................................................Error! Bookmark not defined.5.12 Insurance........................................................................................................................... 3

6 GOVERNANCE AND ADMINISTRATION.......................................................36.1 Requirements....................................................................................................................3

7 GLOSSARY OF TERMS AND ABBREVIATIONS...........................................38 ANNEX..................................................ERROR! BOOKMARK NOT DEFINED.

Annex A – Format for Submitting an Expression of InterestError! Bookmark not defined.

2

Page 3: Document

1 PURPOSE, STRUCTURE AND NEXT STEPS FOR BIDDERS

1.1 Purpose of this documentThis Memorandum of Information (MOI) provides an overview of the procurement process and details of the:

Procurement opportunity and its objectives; The Primary Care Trust (PCT) service requirements; Procurement process; Procurement commercial framework; and Procurement governance and administration requirements.

The purpose of this MOI is to provide Bidders with sufficient information in relation to a Specialist Community Chronic Obstructive Pulmonary Disease Service to enable them:

To make an informed decision about whether they wish to participate in the procurement

To submit an Expression of Interest (EOI).

1.2 Organisation of this documentThis MOI is organised into the following sections:

Section 1: Purpose, Structure and Next Steps for BiddersDetailing the purpose and organisation of the MOI and the next steps for potential Bidders.

Section 2: Introduction and OverviewDetailing the background and objectives to the Kirklees PCT Procurement, the scope of services to be procured, the bidder pool and the factors critical to the success of the Kirklees PCT Procurement.

Section 3: Commissioning PCT Details of the Commissioning PCT.

Section 4: Procurement Process OverviewDetailing the steps involved in the Kirklees PCT Procurement.

Section 5: Commercial FrameworkDetailing the key commercial terms and other legal and contractual arrangements for the Kirklees PCT Procurement.

Section 6: Governance and AdministrationDetailing key governance and administration requirements of the Kirklees PCT Procurement.

3

Page 4: Document

Section 7: Glossary of Terms and AbbreviationsProviding a glossary of the terms used in the MOI.

Annexes: Annex A Template to be used by potential Bidders for submitting an EOI.

1.3 Next Steps for Bidders Interested parties wishing to participate in the Specialist Community Chronic Obstructive Pulmonary Disease Service Procurement Opportunity must submit an EOI, in the standard format detailed in Annex A, by email to [email protected]

4

Page 5: Document

2 INTRODUCTION AND OVERVIEW

2.1 Background and Context

The NHS Institute for Innovation and Improvement has identified COPD as one of 19 conditions where there is demonstrable evidence for ambulatory care and a reduction in admission to hospital of between 20 – 30% if best practice guidelines were universally adopted by health communities.

The National Strategy for COPD is due for publishing in Autumn 2010 which sets out the government’s strategy to support people with respiratory illness to live healthy lives and to receive specialist care in an environment closer to their needs. The White Paper ‘Our Health, Our Care, Our Say: a new direction for community services,’ released in 2006, lays out the Government’s vision for community-based care.

In order to achieve this, people will look for greater flexibility in service provision, improved accessibility, more timely interventions, a broader range of service providers from whom they can choose their care, and care closer to home with minimal disruption to their daily lives which is supported by Lord Darzis ‘High Quality Care for All’ paper following the ‘NHS Next Stage review’ (2007). This all requires a significant ‘shift’ in the way care is delivered, away from a reactive ‘one size fits all’ approach, often delivered in a hospital setting, towards a community based, responsive, adaptable, flexible service.

Emergency admissions are forecast to rise by 1.5% per annum due to the aging populationalone. The most common causes are chest pain, chest infections, Chronic ObstructivePulmonary Disease (COPD) and asthma. Where health communities have community COPD services targeted at supporting patients within the community and minimising lengths of stay in hospital, the number of emergency admissions for people with respiratory disease has reduced by at least 20%.

The Kirklees respiratory Health Improvement Teams commissioning plan sets out to commission a service for people with COPD that will deliver improved services and health outcomes for patients; and ensure an integrated approach across the Kirklees health community. The main outcome will be to minimise avoidable admissions to hospital and to improve service consistency, delivery and access for people with COPD in a cost-effective manner, whilst upskilling the Primary Care workforce in the management of COPD.

5

Page 6: Document

Specifics of KIRKLEES

Population Size [January 2010]

420,000 estimate

Key Issues Within Kirklees there are 6183 people diagnosed with COPD (QOF 2009) responsible for 806 emergency admissions per year.

Those at risk of future hospital admission with COPD live mostly in social housing and have, or have had, industrial or semi-skilled jobs, uncertain employment, low levels of disposable income and considerable health problems. (Invisible lives report BLF 2007)

Older people are living in crowded apartments in high-density and low-rise social housing and many are in poor health from work in heavy industry. Older couples live mostly in small towns, and now own houses once rented from the council

Families with school age children, living in very large social housing estates on the outskirts of provincial cities

People with respiratory illness in Kirklees are highly likely to be physically inactive. 1 in 3 with a Long Term Condition are sufficiently inactive to benefit health

Smoking is still too high in this group of people who have predominately smoking related COPD, and 1 in 5 people with asthma smoke (JSNA 2009)

People with COPD are 6 times likely to feel isolated all / most of the time and are far less likely to be employed, permanently sick and tend to be poorer

1:3 people with COPD are highly likely to be affected by depression and anxiety and in Kirklees 1 in 8 adults are carers (provide unpaid care for someone who is limited in their daily activities) and have high levels of anxiety re their caring function

Locality picture

Huddersfield and Dewsbury central have the highest incidence of respiratory illness. In Dewsbury and Huddersfield north 1 in 3 adults have a long term limiting illness

Low income is more significant in Batley and Dewsbury – linked to poorer health behaviour – tobacco and physical activity. Unhealthy behaviours, smoking, and inactivity needs to be addressed across all localities however. Dewsbury has the highest levels of adults smokers and the highest rates of those not taking physical activity.

More people with respiratory illness feel lonely / isolated which is more significant in Dewsbury and Huddersfield South with Dewsbury nearly 1:10

Variation in quality of care provision for people with Respiratory illness needs to be addressed across all localities especially amongst respiratory people who are housebound and/or at the end of life

6

Page 7: Document

2.2 Objectives of the PCT Procurement The key objectives of the Specialist Community Chronic Obstructive Pulmonary Disease Service for Kirklees Primary Care Trust Procurement are:

To meet local Respiratory health needs and improve the quality of life for people with COPD;

To reduce emergency admissions for COPD

To improve opportunities for complex COPD case reviews in the community and joint working with other members of the Primary Health Care teams and improve management of individual complex cases through in depth specialist assessment and personalized care plans; whilst increasing and improving opportunity for education of all health and social care professionals

To improve education of patients and their carers on the causes and progression of their COPD; and ensure patients are provided with the necessary knowledge and confidence to appropriately manage their COPD thereby reducing demand on GP consultations, hospital admissions and accident and emergency attendances;

To increase appropriate referrals to the hospital based respiratory consultant and other Multidisciplinary teams and increase appropriate and timely referral to palliative care services

To optimise treatment through medicines management; and reduce Oxygen / Nebulizer therapy prescribing

2.3 Scope of ServicesThe provision of an integrated COPD specialist community service for adult people registered within Kirklees Primary Care Trust to provide a consistent and equitable service within Kirklees

2.4 Bidder PoolKirklees PCT wishes to receive responses to the Expression of Interest [EOI] from suitably qualified and experienced healthcare providers (including general practitioners, social enterprise / third sector organisations and other providers) with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Service Specification in a safe and effective manner and to meet the requirements of paragraph 2.5 below. Potential Bidders may bid in partnership with other organisations such that the Clinical Services Supplier may be different to the potential Bidder.

2.5 Critical Success Factors (CSFs)Kirklees PCT requires the Provider to meet the following CSFs throughout the life of the Contract:

Access – The services procured must be provided and must meet local patient access preferences (e.g. opening hours)

7

Page 8: Document

Capacity – The aim of the Procurement is to provide continually developing primary COPD care capacity.

Health needs – The services must take into account local health needs and priorities for the local population

Quality – Patient-centred Community Specialist COPD services, delivered in a safe and effective manner and delivered through a learning environment that includes the training of doctors and other healthcare professionals.

Value for Money and Affordable – The Community Specialist COPD services procured through the Procurement must be affordable and provide VfM.

Integration – Providers will be expected to integrate with, and positively contribute to, the local healthcare community.

8

Page 9: Document

3 COMMISSIONING PCT

3.1 Commissioning PCTThe commissioning PCT for this procurement is:

SHA Commissioning PCT

Yorkshire and Humber SHA Kirklees PCT

A map highlighting the geographical location in the Yorkshire and Humber SHA area of the Commissioning PCT is provided.

9

Page 10: Document
Page 11: Document

4 PROCUREMENT PROCESS – OVERVIEWThe Specialist Community Chronic Obstructive Pulmonary Disease Service Procurement timeline is summarised in paragraph 4.1 and further detailed in paragraphs 4.2 to 4.6 below.

4.1 Indicative Procurement Timeline The proposed timeline for the Specialist Community Chronic Obstructive Pulmonary Disease Service procurement project is set out below.;It must be noted that the dates are expected dates at the time of issuing this MOI and may be subject to change.

Milestones Date

Advertisement published & Expressions of Interest invited w/c 26 July 2010

Deadline for receipt of Expressions of Interest 13 August 2010

Pre Qualification Questionnaires issued w/e 20 August 2010

Deadline for receipt of PQQ submissions w/e 17 September 2010

PQQ evaluation and communication of result w/e 24 September 2010

Invitation to Bid issued to short listed bidders w/e 1 October 2010

Deadline for receipt of Bidder Clarification questions w/e 15 October 2010

Deadline for receipt of Bids w/e 29 October 2010

Short-listed bidders to present to Procurement Project Team November 2010

Selection, finalisation and approval November 2010

Preferred bidder notified December 2010

Unsuccessful Bidders notified December 2010

Unsuccessful Bidder debrief December / Jan 2010/11

Contract signature January 2011

Commencement of service 1 April 2011

4.2 Advert, MOI & EOI

4.2.1 AdvertisementA national advertisement has been published describing, in general terms, the services being procured by Kirklees PCT. Potential Bidders must register their interest by submitting an EOI in accordance with the requirements of paragraph 4.2.3.

11

Page 12: Document

4.2.2 Memorandum of InformationThis MOI should provide potential Bidders with sufficient information on the Kirklees PCT Procurement process and the Specialist Community COPD Service to enable them to make an informed decision about whether they wish to register their interest in the Kirklees PCT Procurement. Interest must be registered by submitting an EOI in accordance with the requirements of paragraph 4.2.3.

4.2.3 Expression of Interest Interested parties wishing to participate in the Specialist Community COPD Service Procurement must submit an EOI, in the format set out in Annex A, by email to [email protected]. EOIs should arrive before 12.00 noon on 13 August 2010

4.3 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, by email, week commencing 20 August. All potential Bidders wishing to bid for the Specialist Community COPD Service opportunity must respond to the PQQ before the deadline stated in the PQQ. Kirklees PCT will only consider any PQQ submission received after that deadline in exceptional circumstances.

The PQQ is designed to evaluate the capacity, capability and eligibility of potential Bidders to provide a Specialist Community COPD Service Procurement.

The PQQ evaluation will include a pre-qualification and 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.

4.4 Invitation to BidBidders invited to proceed to the bid stage for the Specialist Community COPD Service will find the detailed requirements of the Specialist Community COPD Service specification, the information required from Bidders and the timescales for submission of bids will be included in the relevant invitation to bid documentation.

Further details of the bid process and evaluation will be set out in the invitation to bid documentation.

4.5 Contract AwardBased on the outcome of the Specialist Community COPD Service bid evaluation, recommendations will be made to the Kirklees PCT Board for the Board to consider. Following PCT Board approvals, the PCT and the recommended Bidder may enter into the contract.

12

Page 13: Document

4.6 Service CommencementFollowing contract award and in accordance with the Provider’s mobilisation plan, the PCT and Provider will work together towards service commencement at the contractually agreed date, anticipated to be 1 April 2010.

13

Page 14: Document

5 COMMERCIAL FRAMEWORKPotential Bidders’ attention is drawn to the following commercial information:

5.1 ContractThe contract to be entered into by the PCT and the selected Provider(s) for the Specialist Community COPD Service Procurement will be based on the appropriate standard Department of Health contract. Within the framework of the appropriate contract [ ‘Acute’ or Community Services], the contract will be adapted as necessary to reflect the requirements of the Specialist Community COPD Service..Potential bidders are advised to familiarise themselves with standard Department of Health Contracts.

5.2 Contract DurationThe Contract will be for a term of three years with the possibility of extending the term beyond the initial contracted duration by mutual agreement with the Provider.

5.3 ClinicalKirklees PCT is looking for providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to deliver high quality, patient-centred and Value for Money Specialist Community COPD services, delivered in a safe and effective manner and through a learning environment which includes the training of doctors and other healthcare professionals.

5.4 Workforce

5.4.1 Policies and StrategiesBidders 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.Full copies of policies and other documentation will be required at bid stage:

Recruitment, Health & Safety and other relevant policies including those on environmental protection;

Procedures for ensuring compliance that all clinical staff, including doctors, nurses and allied health professionals, are registered with the relevant UK professional and regulatory bodies, including CRB checks

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.5.4.2 Pensions

Potential Bidders should assume that their staff would not be able to participate in NHS pension and injury benefit arrangements. The only exception to this is if the Provider is an organisation that meets eligibility conditions and staff meet eligibility conditions for the NHS Pension Scheme.

5.4.3 Staff Transfers (TUPE)Potential bidders must be aware that there may be staff transfers under TUPE, and must make themselves fully aware of all TUPE implications – for instance, where TUPE applies, the Code of Practice on Workforce Matters in Public Sector Service

14

Page 15: Document

Contracts Guidance (Cabinet Office, March 2005)1 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).

5.5 Premises & Equipment

5.5.1 PremisesThe bidder will be responsible for providing venues and will be required to specifically identify the premises to be used to provide the service.

5.5.2 EquipmentProviders will be responsible for the provision, cost and maintenance of equipment. Details on equipment requirements for the Kirklees PCT Scheme will be set out in the Kirklees PCT Service Specification.

5.6 IM&TThe Bidder will be required to fund, provide and maintain the necessary hardware, software and IT infrastructure for the performance of the service, including the provision of relevant licences.

5.7 Financial StandingFinancial standing requirements for the Kirklees PCT Procurement will be limited at the PQQ stage to confirmation of identity, solvency and proposed business structure, with no other financial requirements. At the bid stage, Bidders will be required to put forward detailed proposals as to how the Kirklees PCT Scheme funding requirement would be met.

5.8 InsuranceA comprehensive schedule of insurances that the Provider(s) will be required to obtain for the Community Specialist COPD service will be set out in the service specification. This will typically include public liability, corporate medical malpractice and certain property cover. These required insurances are in addition to the Medical Defence Union indemnity insurance carried by Clinicians themselves and the Medical Protection Society indemnity insurance carried by nurse practitioners.

The insurance requirements will also require the Provider to ensure that:

PCT’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 PCT; and The Provider maintains insurance which meets at least the minimum

statutory requirements.

Providers will be required to indemnify the PCT against any claims that may be made against the PCT arising from the provision of the services by the Provider. Kirklees PCT will expect the Provider to offer evidence that they have sourced

1

15

Page 16: Document

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.

16

Page 17: Document

6 GOVERNANCE AND ADMINISTRATION6.1 Requirements

6.1.1 Procurement CostsEach Relevant Organisation will be responsible for its own costs incurred throughout each stage of the Procurement process. Neither Kirklees PCT, the SHA or DH will be responsible for any costs incurred by any Relevant Organisation or any other person through this process.

6.1.2 ConsultationThe PCT will lead on all local stakeholder engagement issues.

6.1.3 The Public Contract Regulations 2006The 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 Kirklees PCT intends to hold itself bound by any of the Regulations, save those applicable to Part B services.

6.1.4 Conflicts of interestIn order to ensure a fair and competitive procurement process, Kirklees PCT requires that all actual or potential conflicts of interest that a potential Bidder may have are identified and resolved to the satisfaction of Kirklees PCT.

Potential Bidders should notify Kirklees PCT 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 Kirklees PCT via email to [email protected]. Such notifications should provide details of the actual or potential conflict of interest.

If, following consultation with the potential Bidder or Bidder, such actual or potential conflict(s) are not resolved to the satisfaction of Kirklees PCT, then Kirklees PCT reserves the right to exclude at any time any potential Bidder or Bidder from the Procurement process should any actual or potential conflict(s) of interest be found by Kirklees PCT to confer an unfair competitive advantage on one or more potential Bidder or Bidder, or otherwise to undermine a fair and competitive procurement process.

6.1.5 Non-collusion and CanvassingEach potential Bidder or Bidder must neither disclose to, nor discuss with any other potential Bidder or Bidder (whether directly or indirectly), any aspect of any response to any of the Procurement documents (including the PQQ and specification).

Each potential Bidder or 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 Procurement.

17

Page 18: Document

6.1.6 Freedom of InformationKirklees PCT is committed to open government and meeting its legal responsibilities under the Freedom of Information Act (FOIA). Accordingly, any information created by or submitted to Kirklees PCT (including, but not limited to, the information contained in the MOI, PQQ or Service Specification and the submissions, bids and clarification answers received from potential Bidders or Bidders) may need to be disclosed by Kirklees PCT in response to a request for information.

In making a submission or bid or corresponding with the PCT at any stage of the Kirklees PCT Procurement, each potential Bidder, Bidder and each Relevant Organisation acknowledges and accepts that Kirklees PCT may be obliged under the FOIA to disclose any information provided to it:

Without consulting the potential Bidder or Bidder; or Following consultation with the potential Bidder or Bidder and having taken

its views into account.

Potential Bidders or Bidders must clearly identify any information supplied in response to the PQQ or the invitation to bid documentation 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 Bidder, Kirklees PCT may wish to withhold such information under the relevant FOIA exemption.

However, potential Bidders should be aware that Kirklees PCT is responsible for determining at its absolute discretion whether the information requested falls within an exemption to disclosure, or whether it must be disclosed.

Potential Bidders should therefore note that the receipt by Kirklees PCT of any information marked “confidential” or equivalent does not mean that Kirklees PCT accepts any duty of confidence by virtue of that marking, and that Kirklees PCT has the final decision regarding the disclosure of any such information in response to a request for information.

6.1.7 DisclaimerThe information contained in this MOI is presented in good faith and does not purport to be comprehensive or to have been independently verified.

Neither Kirklees PCT, 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, 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

18

Page 19: Document

entitled to, rely on any statement or representation made by Kirklees PCT, the DH or any of their advisers.

This MOI is intended only as a preliminary background explanation of Kirklees PCT’s activities and plans and is not intended to form the basis of any decision on the terms upon which Kirklees PCT will enter into any contractual relationship.

Kirklees PCT reserves the right to change the basis of, or the procedures (including the timetable) relating to, the Kirklees PCT Procurement process, to reject any, or all, of the PQQ submissions and Kirklees PCT Scheme 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 Procurement.

Kirklees PCT shall not be obliged to appoint any of the Bidders and reserves the right not to proceed with the 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 Kirklees PCT in relation to this Procurement. No person has been authorised by Kirklees PCT or its 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 Kirklees PCT 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.

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 Kirklees PCT, DH or any of their advisers or consultants in connection with this MOI or any other pre-contract documentation.

19

Page 20: Document

7 GLOSSARY OF TERMS AND ABBREVIATIONS

Term Description

BidderA single operating organisation/person that has been short-listed through the PQQ evaluation process and been invited to participate in the bid stage and is bidding for the Kirklees PCT Scheme

Bidder Guarantor

An organisation providing a guarantee, indemnity or other undertaking in respect of a Bidder’s or a Bidder Member’s obligations

Bidder MemberA 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

CfH Connecting for Health

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

COPD Chronic Obstructive Pulmonary Disease

DH Department of Health

EOI Expression of Interest

FM Services

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 Kirklees PCT is subject

IM&T Information Management and Technology

ITB Invitation to Bid

MOIThis Memorandum of Information setting out the details of each PCT Scheme and the requirements of the Kirklees PCT Procurement

NHS National Health Service

PCT Kirklees PCT

PCT Scheme The services to be procured by Kirklees PCT

potential Bidder

A single operating organisation or person that is participating in the Kirklees PCT Procurement, but that has not at the relevant time been invited to respond to an invitation to bid

PQQ Pre-Qualification Questionnaire

ProviderThe successful Bidder who has entered into a Contract with Kirklees PCT to provide the primary medical care services specified in the Kirklees PCT Scheme

20

Page 21: Document

Term Description

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; (ii) the Bidder;(iii) the Provider;(iv) each Bidder Member; (v) each Bidder Guarantor; and (vi) each Clinical Services Supplier

SHA Strategic Health Authority

TUPE Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI/2006/246)

VfMValue for Money which is the optimum combination of whole-life cost and quality (fitness for purpose) to meet the overall service requirement

21

Page 22: Document

Annex A – Format for Submitting an Expression of Interest

Potential Bidders wishing to participate in the Kirklees PCT Procurement must submit an EOI using the template below:

To: [email protected]

From:

Subject: Kirklees PCT Procurement Expression of Interest

Contact Name: [Name]

Organisation name: [Organisation Name]

Organisation Type: [Please choose one of the options below]

1 GP 4 Social Enterprise

2 Independent Sector 5 NHS Organisation

3 Voluntary Sector 6 Other (please specify)

Organisation Address [Organisation Address 1][Organisation Address 2][Organisation Address 3][Organisation Address 4][Postcode]

Contact Telephone Number [Tel]

Contact email address: [Email Address]

Organisation Website address: [Website Address (if applicable)]

22