Section one: Contracting authority
one.1) Name and addresses
NHS North Central London Integrated Care Board
Laycock PDC, Laycock Street
London
N1 1TH
nclicb.nclcontractqueries@nhs.net
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Internet address(es)
Main address
https://www.nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board
Buyer's address
https://www.nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board
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
Hospital Supported Discharge Service
Reference number
C343098
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
Community health services - assisted discharge and community support service (for those who have been discharged).
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: £160,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI71 - Barnet
Main site or place of performance
Service delivered in London Borough of Barnet
two.2.4) Description of the procurement
The notice relates to an assisted discharge and community support service (for those who have been discharged). In the assisted discharge service, the activities are to ensure safer and faster discharge from an acute hospital e.g. delivering TTA medications, ensuring the property is ready for the patient and escorting the patient home for up to 72 hours. The community support service includes confidence building, shopping, escorting to a social/activity group, completing paperwork, and improving the home environment for up to four weeks.
This notice is an intention to award a contract to the existing provider following direct award process C.
The lifetime value of the contract is £160,000
The expiring contract ends 31 March 2025
two.2.5) Award criteria
Price
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
Award of a contract without prior publication of a call for competition in the cases listed below
- New works/services, constituting a repetition of existing works/services
Explanation:
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 14 March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 February 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
British Red Cross Society
44 Moorfields, London
London
EC2Y 9AL
Country
United Kingdom
NUTS code
- UKI43 - Haringey and Islington
National registration number
RC000070
Internet address
http://www.redcrossfirstaidtraining.co.uk
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £160,000
Lowest offer: £160,000 / Highest offer: £160,000 taken into consideration
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
Representations by providers must be made to decision makers by 14 March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations should be sent to nclicb.nclcontractqueries@nhs.net
• The decision to award the contract was made by the Chief Strategy & Population Health Officer.
• No declarations of actual, or potential interests by those officers involved in this decision.
• The incumbent provider has delivered the following key criteria
1: Quality and Innovation with a value of 27% by achieving the contractual KPIs,
2: Value with a score of 16% by providing a service that is value for money compared to other providers,
3: Integration, collaboration and service sustainability with a value of 16% by collaborative working within the local system,
4: Improving access, reducing health inequalities and facilitating choice with a value of 16% by reducing health inequalities,
5: Social Value with a value of 5% by ensuring the provider is meeting London Living Wage (LLW).
The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.
The authority has selected and weighted the above key criteria in line with the perceived importance of each of the criterion. The provider has been selected based on the combined scores which confirms the providers ability to continue to fulfil the contract in line with PSR - Direct Award Process C.
six.4) Procedures for review
six.4.1) Review body
NHS London Commercial Hub
UNEX Tower 5 Station Street
London
E15 1DA
Country
United Kingdom