Contract

NHS West Yorkshire ICB System Coordination Centre

  • NHS West Yorkshire Integrated Care Board

F03: Contract award notice

Notice identifier: 2024/S 000-002971

Procurement identifier (OCID): ocds-h6vhtk-03ebd7

Published 29 January 2024, 4:52pm



Section one: Contracting authority

one.1) Name and addresses

NHS West Yorkshire Integrated Care Board

White Rose House, West Parade

Wakefield

WF1 1LT

Email

wyicb-kirk.procurement@nhs.net

Country

United Kingdom

Region code

UKE4 - West Yorkshire

Internet address(es)

Main address

https://www.westyorkshire.icb.nhs.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS West Yorkshire ICB System Coordination Centre

Reference number

itt_75

two.1.2) Main CPV code

  • 79500000 - Office-support services

two.1.3) Type of contract

Services

two.1.4) Short description

To deliver the Out of Hours element of the West Yorkshire ICB System Coordination Centre from Wednesday 1 November 2023. This would be between the hours of 8.00-18.00 on weekends and bank holidays. At times of exceptional system pressure the out of hours service will be required to flex the hours of operation to 20.00. It would also include support on an ad hoc basis to the ICB On Call team in managing additional system calls relating to Emergency Preparedness Resilience and Response (EPRR) during the same period as required.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £525,925

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE4 - West Yorkshire

two.2.4) Description of the procurement

To deliver the Out of Hours element of the West Yorkshire System Coordination Centre from Wednesday 1 November 2023. This would be between the hours of 8.00-18.00 on weekends and bank holidays. At times of exceptional system pressure the out of hours service will be required to flex the hours of operation to 20.00. It would also include support on an ad hoc basis to the ICB On Call team in managing additional system calls relating to Emergency Preparedness Resilience and Response (EPRR) during the same period as required. The contract will be for 3 years and proposals are sought in the region of £160k per annum with a maxiumum financial cap of £200k per annum. Bids excess of the financial cap will be disqualified.

The SCC will co-ordinate system response to the emergency care pathway using the OPEL Framework 23/24 alongside local provider and ICS surge policies. This framework contains specified and incremental core actions for the SCC at each OPEL level.

The SCC is responsible for the tactical co-ordination of integrated planned and unplanned interventions across the ICS on key systemic issues that influence patient flow. Key surrogate markers of impact include:

• Supporting ambulance Trust emergency response times to communities.

• Safety of emergency departments (ED) and subsequent capacity to achieve timely ambulance handover and time to treatment (TTT).

• Achieving safe levels of discharge from acute (adult & paediatric), mental health and community providers to meet forecast demand.

SCCs will utilise its unique position within the ICS to support with proactive management of operational pressures and risks, including timely sharing of emerging issues and risk mitigation. The SCC should also utilise historical data trends to risk assess and validate local assurance submissions with regard to planning for events that require specified operational planning.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 80

Quality criterion - Name: Commercial / Weighting: 20

Price - Weighting: 80

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-022231


Section five. Award of contract

Contract No

con_3925

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 November 2022

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

North of England Commissioning Support Unit

John Snow House

Durham

DH1 3YG

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £525,925


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Court

London

Country

United Kingdom