Section one: Contracting authority/entity
one.1) Name and addresses
NHS Castle Point and Rochford CCG
Pearl House, 12 Castle Rd,
Rayleigh
SS6 7QF
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
https://castlepointandrochfordccg.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
Age Well - Population Health Management for Essex
two.1.2) Main CPV code
- 79411000 - General management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
This is a voluntary ex ante transparency notice and is intended to provide notice of the Authority's intention to award a contract to deliver a Ageing Well Population Health Management service covering the population of Mid & South Essex, for a period of 9 months, from 4th April 2022. The aggregate contract value is forecasted at £800,000.00 over the 9 month term.
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: £800,000
two.2) Description
two.2.2) Additional CPV code(s)
- 79410000 - Business and management consultancy services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Mid and South Essex
two.2.4) Description of the procurement
This is a voluntary ex ante transparency notice and is intended to provide notice of the Authority's intention to award a contract to deliver a Age Well Population Health Management service covering the population of Mid & South Essex, for a period of 9 months, from 4th April 2022. The aggregate contract value is forecasted at £800,000.00 over the 9 month term.
This notice is made by the Contracting Authorities; NHS Castle Point and Rochford Clinical Commissioning Group, NHS Southend Clinical Commissioning Group, NHS Basildon & Brentwood Clinical Commissioning Group, NHS Mid Essex Clinical Commissioning Group, NHS Thurrock Clinical Commissioning Group, (hereinafter referred to as “the Authority”) in compliance with their local standing financial instructions (SFIs).
The Authority will observe a 10-day standstill from the date of publication of this VEAT, during which the CCGs will not enter into any contractual arrangement.
The Service:
Newton Europe have been delivering the wider Connect Programme in Essex to transform care for older adults. The Connect Programme has successfully brought partners together in Mid and South Essex over the last year to transform outcomes for older people, with impacts across the non-elective pathway and into social care. Through the Connect Programme, stakeholders have identified further opportunities to improve system and patient outcomes and reduce health inequalities through a shift to Place and Neighbourhood led delivery, harnessing Population Health approaches.
This is the continuation of work based on outputs of core findings with a provider who was previously awarded a contract via a compliant framework and the impact of COVID has meant that there has been no capacity available (mainly due to redeployment of key staff) to undertake a more involved procurement process.
The Commissioners believe that working directly with Newton Europe is the best option to successfully undertake this work and maximise value for money as:
Working collaboratively with the provider will allow Commissioners to mobilise at pace, such that implementation can enable us to support necessary system pressure reduction in time for next winter. Additionally, each month of delay will cost £0.9m - £1.7m in missed benefits.
The need for this Diagnostic phase was realised through delivery of the Connect programme and complements the work delivered to date. The preferred supplier have worked successfully with the system over the last year to deliver the Connect Programme – they understands the local context and have significant knowledge of the locality and the patient cohorts. With consistent context and stakeholders, onboarding of a different partner would further significantly delay activity, and would require extra resource (and cost) from the system to support, whereas Newton Europe will be able to deliver impact from the beginning of the engagement.
This is the continuation of work with a provider who was previously awarded a contract via a compliant framework and the impact of COVID has meant that there has been no capacity available to undertake a more involved procurement process, any delay will lead to missed benefits.
The non-recurrent programme of diagnostic work will be delivered in a period of 90-100 days throughout quarters 1-3 of 2022/23. The service period shall therefore be 9 months.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
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
Negotiated without a prior call for competition
- The works, supplies or services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
The Authority has taken a decision to award a contract to Newton Europe as it is considered to be the most technically capable provider in the current environment, due to Newton's understanding and ability to deliver the Connect Programme, of which this PHM PCN work has arisen.
Onboarding of a different partner would further significantly delay activity and would require extra resource (and cost) from the system to support, whereas Newton Europe will be able to deliver impact from the beginning of the engagement. Any further delay will lead to missed benefits which would limit the system’s ability to design and deliver changes to drive improved outcomes and prevent demand downstream before winter pressures next year. This is a non-recurrent contract for 9 months.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
Section five. Award of contract/concession
Title
PHM PCN Diagnostic
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
23 March 2022
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
NEWTON EUROPE LIMITED
2 Kingston Business Park, Kingston Bagpuize, Abingdon,
Oxfordshire
OX13 5FE
Country
United Kingdom
NUTS code
- UKH3 - Essex
Internet address
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £800,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
The Contracting Authorities participating in the publication of this VEAT and the award of the contract communicated herein are:
NHS Basildon & Brentwood Clinical Commissioning Group
Phoenix House, Christopher Martin Road
Basildon
SS14 3HG
https://basildonandbrentwoodccg.nhs.uk/
NHS Castle Point and Rochford Clinical Commissioning Group
Pearl House, 12 Castle Road
Rayleigh
SS6 7QF
https://castlepointandrochfordccg.nhs.uk/
NHS Southend Clinical Commissioning Group
6th Floor, Civic Centre, Victoria Avenue
Southend-on-Sea
SS1 9SB
NHS Thurrock Clinical Commissioning Group
Civic Offices 2nd Floor, New Road
Grays
RM17 6SL
https://www.thurrockccg.nhs.uk/
NHS Mid Essex Clinical Commissioning Group
Wren House, Colchester Road
Chelmsford
CM2 5PF
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS Castle Point and Rochford CCG
Pearl House, 12 Castle Rd,
Rayleigh
SS6 7QF
Country
United Kingdom