Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

East London Health Care Partnership Integrated Urgent Care (ELHCP IUC), 111 and Clinical Assessment

  • First published: 26 April 2017
  • Last modified: 26 April 2017
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
NHS Tower Hamlets CCG
Authority ID:
AA29826
Publication date:
26 April 2017
Deadline date:
12 June 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The East London Health Care Partnership (ELHCP) procurement strategy is to let one contract, through a lead provider arrangement, to provide an Integrated Urgent Care Telephone Clinical Assessment Service and promote NHS111 as the ‘smart call to make’ creating a 24-hour personalised priority contact point.

The CAS will enable patients to receive fast efficient clinical advice, with increased consult and complete calls with improved onward referral pathways, reducing the number of steps in key pathways, delivering the following key principles below and outcomes identified in the service specification.

—- bringing together phone triage which is currently carried out separately by NHS111 and Out of Hours services;

—- increase confidence and trust for users and other stakeholders in this new service;

—- the first point of access for urgent care, reducing demand on Emergency Departments (ED) and 999;

—- deliver equity and consistency in response across ELHCP footprint;

—- support increased self-care and the principle that every contact should count;

—- encourage and support use of existing day time GP services where possible;

—- supporting local health-care professionals — so that no decision needs to be taken in isolation;

—- improved access will in turn increase the number of patients managed at home and reduce the number of conveyances to ED through clinical advice, direct booking, and referral to visiting teams where required via the Directory of Services (DoS).

The services are covered by the Light Touch Regime are set out at Schedule 3 (Social and Other Specific Services) of PCR 2015. If the value of the Contract is over 589 148 GBP the Contracting Authority must advertise it in the OJEU, although there is flexibility as to the design of the remainder of the Procurement Process The Commissioner is not voluntarily following any other part of the Regulations. The procedure that the Commissioner is following is as set out in the Invitation to Tender. The Process will be similar to Open Procedure process under the Regulations but, for avoidance of doubt, the commissioner is not running the Process as though the Open Procedure under the Regulations applies and so reserves the right to depart from that procedure at any point. The procurement will be advertised via OJEU and Contract Finder.

The contracting authority is currently charged VAT for the existing NHS 111 service in line with present HMRC guidance, which it is able to recover. The bid price quoted for the new Integrated Urgent Care Service assumes that VAT will continue to have a net zero effect on the cost of the service to the contracting authority. Bidder submissions should include the advice that has been sought on the treatment of VAT and an explanation on how bidders intend to maintain the net zero effect to the contracting authority within the bid price for the length of the contract We would also like to take this opportunity to advise that a Bidders Event will be held on 2nd May between 14:00 and 17:00 in Stratford. Expressions of interests will be completed on submission of the Tender. The deadline for submitting a completed Tender is at 12:00 on 12.6.2017. Responses received after the deadline will not be considered. It is anticipated that bidders will be invited to an Objective structured clinical examination (OSCE) assessment meeting if they are successful at the pass/fail stage.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Tower Hamlets Clinical Commissioning Group

2nd Floor, Alderney Building, Mile End Hospital, Bancroft Road

London

E1 4DG

UK

Telephone: +44 2036881543

E-mail: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI

Internet address(es)

Main address: http://www.towerhamletsccg.nhs.uk/

Address of the buyer profile: http://www.towerhamletsccg.nhs.uk/

I.1) Name and addresses

NHS Newham Clinical Commissioning Group

4th Floor, Unex Tower, 5 Station Street

London

E15 1DA

UK

E-mail: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI12

Internet address(es)

Main address: http://www.newhamccg.nhs.uk/

I.1) Name and addresses

NHS Waltham Forest Clinical Commissioning Group

Kirkdale House

7 Kirkdale Road

London

E11 1HP

UK

E-mail: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI12

Internet address(es)

Main address: http://www.walthamforestccg.nhs.uk/

I.1) Name and addresses

NHS Barking and Dagenham Clinical commissioning Group

Maritime House, 1 Linton Road

Barking

IG11 8HG

UK

E-mail: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI21

Internet address(es)

Main address: http://www.barkingdagenhamccg.nhs.uk/

I.1) Name and addresses

NHS City and Hackney Clinical Commissioning Group

St Leonards, Nuttall Street

London

N1 5LZ

UK

E-mail: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI12

Internet address(es)

Main address: http://www.cityandhackneyccg.nhs.uk/

I.1) Name and addresses

NHS Havering Clinical Commissioning Group

2-4 Eastern Road

Romford

RM1 3PJ

UK

E-mail: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI21

Internet address(es)

Main address: http://www.haveringccg.nhs.uk/

I.1) Name and addresses

NHS Redbridge Clinical Commissioning Group

Becketts House, 2-14 Ilford Hill

Ilford

IG1 2QX

UK

E-mail: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI21

Internet address(es)

Main address: http://www.redbridgeccg.nhs.uk/

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://www.supplying2nhs.org/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

East London Health Care Partnership Integrated Urgent Care (ELHCP IUC), 111 and Clinical Assessment Service (CAS).

Reference number: PRJ354

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Tower Hamlets CCG is issuing this tender on behalf of 7 named CCGs, to commission the East London Health Care Partnership, Integrated Urgent Care (ELHCP IUC), 111 and Clinical Assessment Service (CAS), creating a multi-skilled CAS with a range of clinicians supporting telephone, triage, assessment and treatment for both patients and Health Care Professionals (HCPs).

The enhanced CAS will include a range of multi-skilled clinicians across the 24/7 period including: 24/7 general practitioner(s), paramedics, pharmacist, advanced nurse practitioner, community specialists.

The anticipated value range over the 5 year contract period is 45 200 000 GBP up to a maximum of 48 300 000 GBP, with a 2-year option to extend. Bids above the maximum will be given 0 marks.

The overall total contract price will be split across the 5 years, made up of core payments and quality KPI incentives. 2.5 % of the total bid price includes incentive financial quality KPI incentives outlined in Annex A.

II.1.5) Estimated total value

Value excluding VAT: 45 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

London.

II.2.4) Description of the procurement

The East London Health Care Partnership (ELHCP) procurement strategy is to let one contract, through a lead provider arrangement, to provide an Integrated Urgent Care Telephone Clinical Assessment Service and promote NHS111 as the ‘smart call to make’ creating a 24-hour personalised priority contact point.

The CAS will enable patients to receive fast efficient clinical advice, with increased consult and complete calls with improved onward referral pathways, reducing the number of steps in key pathways, delivering the following key principles below and outcomes identified in the service specification.

—- bringing together phone triage which is currently carried out separately by NHS111 and Out of Hours services;

—- increase confidence and trust for users and other stakeholders in this new service;

—- the first point of access for urgent care, reducing demand on Emergency Departments (ED) and 999;

—- deliver equity and consistency in response across ELHCP footprint;

—- support increased self-care and the principle that every contact should count;

—- encourage and support use of existing day time GP services where possible;

—- supporting local health-care professionals — so that no decision needs to be taken in isolation;

—- improved access will in turn increase the number of patients managed at home and reduce the number of conveyances to ED through clinical advice, direct booking, and referral to visiting teams where required via the Directory of Services (DoS).

The services are covered by the Light Touch Regime are set out at Schedule 3 (Social and Other Specific Services) of PCR 2015. If the value of the Contract is over 589 148 GBP the Contracting Authority must advertise it in the OJEU, although there is flexibility as to the design of the remainder of the Procurement Process The Commissioner is not voluntarily following any other part of the Regulations. The procedure that the Commissioner is following is as set out in the Invitation to Tender. The Process will be similar to Open Procedure process under the Regulations but, for avoidance of doubt, the commissioner is not running the Process as though the Open Procedure under the Regulations applies and so reserves the right to depart from that procedure at any point. The procurement will be advertised via OJEU and Contract Finder.

The contracting authority is currently charged VAT for the existing NHS 111 service in line with present HMRC guidance, which it is able to recover. The bid price quoted for the new Integrated Urgent Care Service assumes that VAT will continue to have a net zero effect on the cost of the service to the contracting authority. Bidder submissions should include the advice that has been sought on the treatment of VAT and an explanation on how bidders intend to maintain the net zero effect to the contracting authority within the bid price for the length of the contract We would also like to take this opportunity to advise that a Bidders Event will be held on 2nd May between 14:00 and 17:00 in Stratford. Expressions of interests will be completed on submission of the Tender. The deadline for submitting a completed Tender is at 12:00 on 12.6.2017. Responses received after the deadline will not be considered. It is anticipated that bidders will be invited to an Objective structured clinical examination (OSCE) assessment meeting if they are successful at the pass/fail stage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 45 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

1 2-year extension.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Submission of the tenders will be via the Pro-Contract e-tendering system http://www.supplying2nhs.org. .Bidders should register, login and complete the tender response documentation electronically and submit them via the Pro-contract e-tendering portal. Please note that any communication from NEL CSU or CCG regarding this tender will be via Pro-contract discussion board.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure - Accelerated procedure

Justification:

Use of e tender portal.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/06/2017

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/06/2017

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4 years.

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=250136171

GO Reference: GO-2017425-PRO-10072789.

VI.4) Procedures for review

VI.4.1) Review body

NEL Commissioning Support Unit

Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Telephone: +44 2038662498

E-mail: nelcsu.welcpod-procurement@nhs.net

VI.4.2) Body responsible for mediation procedures

NEL Commissioning Support Unit

Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Telephone: +44 2038662498

E-mail: nelcsu.welcpod-procurement@nhs.net

VI.4.4) Service from which information about the review procedure may be obtained

NEL Commissioning Support Unit

First Floor Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Telephone: +44 2038662498

E-mail: nelcsu.welcpod-procurement@nhs.net

Internet address(es)

URL: www.nelcsu.nhs.uk

VI.5) Date of dispatch of this notice

25/04/2017

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
nelcsu.welcpod-procurement@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.