North and East London Commissioning Support Unit: East London Health Care Partnership Integrated Urgent Care (ELHCP IUC), 111 and Clinical Assessment Service (CAS)

  North and East London Commissioning Support Unit has published this notice through Delta eSourcing

Notice Summary
Title: East London Health Care Partnership Integrated Urgent Care (ELHCP IUC), 111 and Clinical Assessment Service (CAS)
Notice type: Contract Notice
Authority: North and East London Commissioning Support Unit
Nature of contract: Supplies
Procedure: Open
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 £45.2M up to a maximum of £48.3M GBP, with a two-year option to extend. Bids above the maximum will be given zero marks The overall total contract price will be split across the five 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
Published: 25/04/2017 09:14

View Full Notice

UK-London: Health and social work services.
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, United Kingdom
             Tel. +44 2036881543, Email: nelcsu.welcpod-procurement@nhs.net
             Main Address: http://www.towerhamletsccg.nhs.uk/, Address of the buyer profile: http://www.towerhamletsccg.nhs.uk/
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      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       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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 - Health and social work services.

      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 £45.2M up to a maximum of £48.3M GBP, with a two-year option to extend. Bids above the maximum will be given zero marks

The overall total contract price will be split across the five 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       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of 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 – 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 noon on 12th June 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       
      Currency: 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: one 2 year extension
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      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 III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open Acclerated   
      Justification for the choice of accelerated procedure: use of e tendfer portal   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/06/2017 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 5
      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/06/2017
         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 ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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
   VI.4) Procedures for review
   VI.4.1) Review body:
             NEL Commissioning Support Unit
       Clifton House, 75 – 77 Worship StreeT, London, EC2A 2DU, United Kingdom
       Tel. +44 2038662498, Email: 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, United Kingdom
          Tel. +44 2038662498, Email: nelcsu.welcpod-procurement@nhs.net
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          NEL Commissioning Support Unit
       First Floor Clifton House, 75 – 77 Worship Street, London, EC2A 2DU, United Kingdom
       Tel. +44 2038662498, Email: nelcsu.welcpod-procurement@nhs.net
       Internet address: www.nelcsu.nhs.uk
   VI.5) Date Of Dispatch Of This Notice: 25/04/2017

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       NHS Newham Clinical Commissioning Group
       4th Floor,, Unex Tower,, 5 Station Street,, London, E15 1DA, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.newhamccg.nhs.uk/
       NUTS Code: UKI12

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       NHS Waltham Forest Clinical Commissioning Group, Kirkdale House
       7 Kirkdale Road, London, E11 1HP, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.walthamforestccg.nhs.uk/
       NUTS Code: UKI12

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       NHS Barking and Dagenham Clinical commissioning Group
       Maritime House, 1, Linton Road, Barking, Barking, IG11 8HG, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.barkingdagenhamccg.nhs.uk/
       NUTS Code: UKI21

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      4: Contracting Authority
       NHS City & Hackney Clinical Commissioning Group
       St Leonards, Nuttall Street, London, N1 5LZ, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.cityandhackneyccg.nhs.uk/
       NUTS Code: UKI12

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       NHS Havering Clinical Commissioning Group
       2-4 Eastern Road, Romford, RM1 3PJ, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.haveringccg.nhs.uk/
       NUTS Code: UKI21

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      6: Contracting Authority
       NHS Redbridge Clinical Commissioning Group
       Becketts House, 2-14 Ilford Hill, Ilford, IG1 2QX., United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.redbridgeccg.nhs.uk/
       NUTS Code: UKI21

View any Notice Addenda

View Award Notice

UK-London: Health and social work services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       NHS Tower Hamlets Clinical Commissioning Group
       2nd Floor Alderney Building, Mile End Hospital, Bancroft Road, London, E1 4DG, United Kingdom
       Tel. +44 2036881543, Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.towerhamletsccg.nhs.uk/, Address of the buyer profile: http://www.towerhamletsccg.nhs.uk/
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   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 - Health and social work services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Tower Hamlets CCG is awarding a contract for 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 £45.2M up to a maximum of £48.3M GBP, with a two-year option to extend. Bids above the maximum will be given zero marks

The overall total contract price will be split across the five 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.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 48,298,917
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: The 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 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

      II.2.5) Award criteria:
      Quality criterion - Name: Service delivery / Weighting: 15
      Quality criterion - Name: Demand and workforce / Weighting: 15
      Quality criterion - Name: Clinical governance / Weighting: 9
      Quality criterion - Name: Mobilisation / Weighting: 5
      Quality criterion - Name: Stakeholder / Weighting: 4
      Quality criterion - Name: Information Technology and Information governance / Weighting: 7
      Quality criterion - Name: OSCE / Weighting: 15
                  
      Cost criterion - Name: Finance and commercial / Weighting: 30
            

      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: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2017/S 81-155947
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2018

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             London Ambulance Service
             8-20 Pocock Street, London, SE1 0BW, United Kingdom
             Internet address: https://www.londonambulance.nhs.uk/
             NUTS Code: UKI5
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 48,298,917          
         Total value of the contract/lot: 47,620,578
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=312951423

   VI.4) Procedures for review

      VI.4.1) Review body
          NEL Commissioning Support Unit
          Clifton House, 75 – 77 Worship Street, London, EC2A 2DU, United Kingdom
          Tel. +44 2038662498, Email: 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, United Kingdom
          Tel. +44 2038662498, Email: nelcsu.welcpod-procurement@nhs.net

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      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, United Kingdom
          Tel. +44 2038662498, Email: nelcsu.welcpod-procurement@nhs.net
          Internet address: www.nelcsu.nhs.uk

   VI.5) Date of dispatch of this notice: 23/04/2018

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       NHS Newham Clinical Commissioning Group
       4th Floor,, Unex Tower,, 5 Station Street,, London, E15 1DA, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.newhamccg.nhs.uk/
       NUTS Code: UKI4
   
   2: Contracting Authority
       NHS Waltham Forest Clinical Commissioning Group, Kirkdale House
       7 Kirkdale Road, London, E11 1HP, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.walthamforestccg.nhs.uk/
       NUTS Code: UKI4
   
   3: Contracting Authority
       NHS Barking and Dagenham Clinical commissioning Group
       Maritime House, 1, Linton Road, Barking, Barking, IG11 8HG, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.barkingdagenhamccg.nhs.uk/
       NUTS Code: UKI5
   
   4: Contracting Authority
       NHS City & Hackney Clinical Commissioning Group
       St Leonards, Nuttall Street, London, N1 5LZ, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.cityandhackneyccg.nhs.uk/
       NUTS Code: UKI4
   
   5: Contracting Authority
       NHS Havering Clinical Commissioning Group
       2-4 Eastern Road, Romford, RM1 3PJ, United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.haveringccg.nhs.uk/
       NUTS Code: UKI5
   
   6: Contracting Authority
       NHS Redbridge Clinical Commissioning Group
       Becketts House, 2-14 Ilford Hill, Ilford, IG1 2QX., United Kingdom
       Email: nelcsu.welcpod-procurement@nhs.net
       Main Address: http://www.redbridgeccg.nhs.uk/
       NUTS Code: UKI5