Contract

Rapid Intervention Service for West Essex Place

  • NHS Hertfordshire and West Essex Integrated Care Board

F03: Contract award notice

Notice identifier: 2023/S 000-009550

Procurement identifier (OCID): ocds-h6vhtk-03b443

Published 31 March 2023, 5:41pm



Section one: Contracting authority

one.1) Name and addresses

NHS Hertfordshire and West Essex Integrated Care Board

Charter House, Parkway

Welwyn Garden City

AL8 6JL

Contact

Cariad Burgess

Email

cariad.burgess@attain.co.uk

Country

United Kingdom

Region code

UKH23 - Hertfordshire

Internet address(es)

Main address

https://hertsandwestessex.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

Rapid Intervention Service for West Essex Place

Reference number

ACE-0549-2022-WEST

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a contract award notice to communicate that NHS Hertfordshire and West Essex Integrated Health Board’s (herein the Authority) intention to award a contract for Rapid Intervention Service (RIS) to East of England Ambulance Service NHS Trust (EEAST), for the West Essex place.

Following the publication of the Voluntary Ex-Ante Notice (VEAT) on the 20th March 2023, the Authority has observed a voluntary 10-day standstill period from the publication date of the VEAT Notice and will now award the contract, pursuant to Regulation 99 (3) (c) of the Public Contract Regulations 2015 (as amended (EU Exit) 2020 etc.) EU Exit) Regulations 2020).

The contract value for a 36 month period is £1,048,170 Pound Sterling. The aggregate contract value or the 36 month period, including a 24 month extension, is £1,746,950 Pound Sterling.

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: £1,746,950

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire
Main site or place of performance

West Essex (Place)

two.2.4) Description of the procurement

The contract award decision is as a result of a robust due diligence process undertaken as a negotiation without prior publication, under Regulation 32 (1) (b) of the Public Contract Regulations 2015 (“PCR 2015”) (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).

The Authority has observed voluntary 10-day standstill period from the publication date of the VEAT notice before awarding the contract, pursuant to Regulation 99 (3) (c) of the Public Contract Regulations 2015 (as amended (EU Exit) 2020 etc.) EU Exit) Regulations 2020).

The Rapid Intervention Service (RIS) has been established in the West Essex area since 2017 and the RIS model is designed to deliver responsive interventions to patients in their own home which otherwise would have led to a presentation at A&E in an acute setting and to decrease unnecessary emergency ambulance conveyances in Harlow, Epping North Loughton, Buckhurst Hill and Chigwell areas.

The contract duration is from 01st April 2023 - 30th March 2026, with the option to extend for a further 24 months. The aggregate total contract value, including all extensions, is £1,746,950.00 Pound Sterling.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100%

Cost criterion - Name: Price / Weighting: 100

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further 24 months

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The Authority is compliantly awarding this Rapid Intervention Service (RIS) for West Essex Place as a result of a robust due diligence process undertaken as a negotiation without prior publication, under Regulation 32 (1) (b) and under Regulation 99 (3) (c) of the Public Contract Regulations 2015 (“PCR 2015”) (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).


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

  • No tenders or no suitable tenders/requests to participate in response to restricted procedure
  • The services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

The Authority published a VEAT notice on the 20th March 2023 to communicate their intention to award this Rapid Intervention Service (RIS) for West Essex Place as a result of a robust due diligence process undertaken as a negotiation without prior publication, under Regulation 32 (1) (b) of the Public Contract Regulations 2015 (“PCR 2015”) (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).

The intended contract duration is from 01st April 2023 - 30th March 2026, with the option to extend for a further 24 months. The aggregate total contract value, including all options, is £1,746,950.00 Pound Sterling.

The contract award decision is as a result of a robust due diligence process undertaken as a negotiation without prior publication, under Regulation 32 (1) (b) of the Public Contract Regulations 2015 (“PCR 2015”) (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020).

Detail:

The Authority issued a Request for Information (RFI) on 26th July 2022 to ascertain the interest from the market for this Rapid Intervention Service (RIS) for the West Essex place. The deadline expired at 17:30hrs noon on 09th August 2022 and unfortunately, on this occasion, only received a limited response in connection with the RFI exercise.

The Authority took a decision to conduct some further engagement with interested and suitable providers that expressed interest in the original opportunity, with an aim to run a different process using the same Specification, to select a suitable provider, under Regulation 32 (1) (b) of the Public Contract Regulations 2015. As such the Authority contacted those organisations that had responded to the RFI to understand what their potential interest was in working with us and to ensure that the Authority could ascertain a suitably qualified provider and ensure the continuity of service to patients within the West Essex place, as any discontinuation of the service would be an unacceptable outcome to the Authority and would have impacted the patients that require the service.

One response was received, and this was the incumbent provider, the East of England Ambulance Service NHS Trust (EEAST). The Authority underwent a robust due diligence exercise is being undertaken with the Preferred Bidder (utilising the Crown Commercial Service's standard selection questionnaire) and scored specialist subject matter technical questions to ensure that the Authority had assurance that EEAST were suitably qualified and experienced, supporting the award decision being made.

The Authority has observed a voluntary 10-day standstill period from the publication date of the VEAT Notice and will now award the contract, pursuant to Regulation 99 (3) (c) of the Public Contract Regulations 2015 (as amended (EU Exit) 2020 etc.)

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 000-007994

four.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


Section five. Award of contract

Title

Rapid Intervention Service (RIS) for West Essex Place

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 February 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 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

East of England Ambulance Service NHS Trust

East of England Ambulance Headquarters, Whiting Way, Melbourn

Cambridgeshire

SG8 6EN

Country

United Kingdom

NUTS code
  • UKH - East of England
Internet address

https://www.eastamb.nhs.uk/

The contractor is an SME

No

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

Total value of the contract/lot: £1,746,950


Section six. Complementary information

six.3) Additional information

Please note that due to the nature of this form the mandatory requirement is for at least 1 tenderer to be listed for the below:

Number of tenders received: 1 (this is correct, 1 bidder)

Number of tenders received from SMEs: (SME – as defined in Commission Recommendation 2003/361/EC) - 1 (this should be 0)

Number of tenders received from tenderers from other EU Member States: 1 (this should be 0)

Number of tenders received from tenderers from non-EU Member States: 1 (this should be 0)

Number of tenders received by electronic means: 1 (this is correct, 1 electronic response via the e-procurement portal)

The Service:

The Rapid Intervention Service (RIS) has been established in the West Essex area since 2017 and the RIS model is designed to deliver responsive interventions to patients in their own home which otherwise would have led to a presentation at A&E in an acute setting.

The main role of the Rapid Intervention Service is to support primary care with rapid/ on the day assessment / diagnostic and clinical intervention to prevent hospital admissions for patients who:

• Do not require an acute admission / hospital care

• Require immediate nursing / therapy / personal care input to stabilise them in their own home (which may be a care home)

• Have a non-life-threatening condition who would have been conveyed to PAH and / or admitted to hospital

• To provide assessment of minor illness and minor injury

• To respond to acute exacerbation of chronic conditions with GP support (or substituting clinician where this is required) so that the patient has access to necessary diagnostic services

Scope of requirement

The service will operate between the hours of 08.30 to 18.30 Monday to Friday (excluding Bank Holidays) for the Harlow PCN.

The service will operate between the hours of 08:30 to 14:30 Monday to Friday (excluding Bank Holidays) for the Loughton, Buckhurst Hill and Chigwell PCN.

The service will operate between the hours of 08:30 to 16:30 Monday to Friday (excluding Bank Holidays) for the Epping North PCN.

The service will support primary care to deliver crisis interventions to prevent unnecessary hospital admission for people who do not require specialist acute hospital admission.

The service will also support carers when a crisis can threaten the stability of care and any support arrangements they have in place. This may be due to an alteration in their physical and mental health, or a temporary change in their social circumstances which makes it difficult for them to be maintained in primary care, without a short period of care and support.

To decrease unnecessary emergency ambulance conveyances in Harlow, Epping North Loughton, Buckhurst Hill and Chigwell areas.

The contract value for a 36 month period is £1,048,170 Pound Sterling. The aggregate contract value or the 36 month period, including a 24 month extension, is £1,746,950 Pound Sterling.

The contract award decision is as a result of a robust due diligence process undertaken as a negotiation without prior publication, under Regulation 32 (1) (b) of the Public Contract Regulations 2015 (“PCR 2015”) (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020). The Authority has observed a voluntary 10-day standstill period from the publication date of the VEAT Notice and will now award this contract, pursuant to Regulation 99 (3) (c) of the Public Contract Regulations 2015 (as amended (EU Exit) 2020 etc.) EU Exit) Regulations 2020).

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 Hertfordshire and West Essex Integrated Care Board

Charter House, Parkway

Welwyn Garden City

AL8 6JL

Country

United Kingdom