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

PRJ - 1021 North Central London NHS 111 Integrated Urgent Care - (NCL ICB)

  • First published: 30 September 2022
  • Last modified: 30 September 2022
  • 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:
ocds-h6vhtk-037159
Published by:
North Central London Integrated Care Board
Authority ID:
AA83128
Publication date:
30 September 2022
Deadline date:
08 November 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Procurement is divided into three Lots

• Lot 1 - 111 call handling

• Lot 2 - Clinical Assessment Service (CAS)

• Lot 3 - GP out-of-hours (GP OOH) service

The Authority invites bids that offer to provide services for all the above Lots (1, 2, and 3) in an integrated manner based on the Prime Provider model. Any Bid that does not cover all the above three Lots will be rejected. Following the evaluation process, the successful Bidder will be awarded a contract covering all three Lots.

A bid will be considered for award only if in addition to the other requirements of the ITT, it meets the requirements for all the Lots. A 'fail' in any of the Lots will mean the whole bid is eliminated.

The contract will be awarded for an initial period of three years followed by an optional extension of up to two years solely at the discretion of NCL ICB. Therefore, the maximum contract term is 5 years.

Maximum price limits for the contract (all three Lots combined) are as follows.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

NB: the contract value includes the provision for the category 3 and 4 validation. However, this element is currently being piloted with LAS and following evaluation, the ICB may withdraw this element of the service and therefore the financial value will be deducted. This means the overall NCL NHS 111 IUC financial annual value will be reduced from £19,605k to £19,045k (excludes any uplifts for inflation, growth, etc.)

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Central London Integrated Care Board

Laycock PDC, Laycock Street

London

N1 1TH

UK

Contact person: Mr Ahsan Haji

E-mail: Ahsan.Haji@nhs.net

NUTS: UKI

Internet address(es)

Main address: https://nclhealthandcare.org.uk/about/integrated-care-board/

Address of the buyer profile: https://nclhealthandcare.org.uk/about/integrated-care-board/

I.3) Communication

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

https://procontract.due-north.com/Advert?advertId=b3844302-2d34-ed11-8119-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert?advertId=b3844302-2d34-ed11-8119-005056b64545


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

PRJ - 1021 North Central London NHS 111 Integrated Urgent Care - (NCL ICB)

Reference number: DN632992

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS North Central London (NCL) Integrated Care Board (ICB), hereafter referred to as the Authority is seeking to commission NCL 111 Integrated Urgent Care Service and invites suitably qualified providers to submit their tenders.

NCL ICB is responsible for allocating NHS budget and commissioning services. ICBs are a key change in the Health and Care Act, and have replaced Clinical Commissioning Groups ‘CCGs’. These changes came into effect on 1 July 2022

More information about NCL ICB can be found using the following link.

https://nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board/

In 2015/16 NCL CCGs collaborated to commission a combined GP out-of-hours (OOH) and NHS 111 service across NCL. The contract was set against a local specification that patients helped to develop but, since 2018, the service model has evolved in order to meet demand and align with national requirements.

The aim of the new NHS 111 IUC model across NCL is to be in line with national guidance and standards, with residents receiving high-quality complete episodes of care with an outcome such as, but not limited to:-

• Consult and complete model with broader use of clinical skill

• Advice and self-care

• A face-to-face or virtual appointment for further assessment in a primary or urgent or emergency care setting

• Repeat prescriptions

• A multi-provider system working together to ensure patients get the right care, in the right place, at the right time

• Current key performance indicators improved and maintained

• Affordable and sustainable 111 IUC model.

The following is the maximum price limit for the contract.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - 111 Call handling

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

This Procurement is divided into three Lots

• Lot 1 - 111 call handling

• Lot 2 - Clinical Assessment Service (CAS)

• Lot 3 - GP out-of-hours (GP OOH) service

The Authority invites bids that offer to provide services for all the above Lots (1, 2, and 3) in an integrated manner based on the Prime Provider model. Any Bid that does not cover all the above three Lots will be rejected. Following the evaluation process, the successful Bidder will be awarded a contract covering all three Lots.

A bid will be considered for award only if in addition to the other requirements of the ITT, it meets the requirements for all the Lots. A 'fail' in any of the Lots will mean the whole bid is eliminated.

The contract will be awarded for an initial period of three years followed by an optional extension of up to two years solely at the discretion of NCL ICB. Therefore, the maximum contract term is 5 years.

Maximum price limits for the contract (all three Lots combined) are as follows.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

NB: the contract value includes the provision for the category 3 and 4 validation. However, this element is currently being piloted with LAS and following evaluation, the ICB may withdraw this element of the service and therefore the financial value will be deducted. This means the overall NCL NHS 111 IUC financial annual value will be reduced from £19,605k to £19,045k (excludes any uplifts for inflation, growth, etc.)

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.

Lot No: 2

II.2.1) Title

Lot 2 - Clinical Assessment Service (CAS)

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

This Procurement is divided into three Lots

• Lot 1 - 111 call handling

• Lot 2 - Clinical Assessment Service (CAS)

• Lot 3 - GP out-of-hours (GP OOH) service

The Authority invites bids that offer to provide services for all the above Lots (1, 2, and 3) in an integrated manner based on the Prime Provider model. Any Bid that does not cover all the above three Lots will be rejected. Following the evaluation process, the successful Bidder will be awarded a contract covering all three Lots.

A bid will be considered for award only if in addition to the other requirements of the ITT, it meets the requirements for all the Lots. A 'fail' in any of the Lots will mean the whole bid is eliminated.

The contract will be awarded for an initial period of three years followed by an optional extension of up to two years solely at the discretion of NCL ICB. Therefore, the maximum contract term is 5 years.

Maximum price limits for the contract (all three Lots combined) are as follows.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

NB: the contract value includes the provision for the category 3 and 4 validation. However, this element is currently being piloted with LAS and following evaluation, the ICB may withdraw this element of the service and therefore the financial value will be deducted. This means the overall NCL NHS 111 IUC financial annual value will be reduced from £19,605k to £19,045k (excludes any uplifts for inflation, growth, etc.)

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.

Lot No: 3

II.2.1) Title

Lot 3 - GP out-of-hours (GP OOH) service

II.2.2) Additional CPV code(s)

85100000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

This Procurement is divided into three Lots

• Lot 1 - 111 call handling

• Lot 2 - Clinical Assessment Service (CAS)

• Lot 3 - GP out-of-hours (GP OOH) service

The Authority invites bids that offer to provide services for all the above Lots (1, 2, and 3) in an integrated manner based on the Prime Provider model. Any Bid that does not cover all the above three Lots will be rejected. Following the evaluation process, the successful Bidder will be awarded a contract covering all three Lots.

A bid will be considered for award only if in addition to the other requirements of the ITT, it meets the requirements for all the Lots. A 'fail' in any of the Lots will mean the whole bid is eliminated.

The contract will be awarded for an initial period of three years followed by an optional extension of up to two years solely at the discretion of NCL ICB. Therefore, the maximum contract term is 5 years.

Maximum price limits for the contract (all three Lots combined) are as follows.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

NB: the contract value includes the provision for the category 3 and 4 validation. However, this element is currently being piloted with LAS and following evaluation, the ICB may withdraw this element of the service and therefore the financial value will be deducted. This means the overall NCL NHS 111 IUC financial annual value will be reduced from £19,605k to £19,045k (excludes any uplifts for inflation, growth, etc.)

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.2) Administrative information

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

Date: 08/11/2022

Local time: 13:00

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

EN

Section VI: Complementary information

VI.5) Date of dispatch of this notice

29/09/2022

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work 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:
Ahsan.Haji@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.