Opportunity

The Provision of Urgent Treatment Centres for NWL CCG

  • North West London Clinical Commissioning Group

F02: Contract notice

Notice reference: 2022/S 000-013667

Published 20 May 2022, 5:23pm



Section one: Contracting authority

one.1) Name and addresses

North West London Clinical Commissioning Group

15 Marylebone Rd,

London

NW1 5JD

Contact

NWL CCG Contracts Team

Email

nhsnwlccg.contracting@nhs.net

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.nwlondonccg.nhs.uk

Buyer's address

https://www.nwlondonccg.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

Tenders or requests to participate must be submitted to the above-mentioned 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

http://health.atamis.co.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

The Provision of Urgent Treatment Centres for NWL CCG

Reference number

C75884

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

North West London Clinical Commissioning Group (“NWL CCG”) (the "Authority") requires the provision of Urgent Treatment Centres (“UTC”) across a number of locations.

The aim is to create an urgent and emergency care system capable of delivering equitable access to the right care, first time for patients through a networked model with services provided along robust pathways 24/7. UTCs form an important access point on this network with key interdependencies with Emergency Departments (“ED”), Primary Care, NHS 111, London Ambulance Service (“LAS”), Rapid Response and GP Out of Hours.

two.1.5) Estimated total value

Value excluding VAT: £120,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 75200000 - Provision of services to the community
  • 85000000 - Health and social work services
  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon

two.2.4) Description of the procurement

North West London Clinical Commissioning Group (“NWL CCG”) (the "Authority") requires the provision of Urgent Treatment Centres (“UTC”) across a number of locations.

The aim is to create an urgent and emergency care system capable of delivering equitable access to the right care, first time for patients through a networked model with services provided along robust pathways 24/7. UTCs form an important access point on this network with key interdependencies with Emergency Departments (“ED”), Primary Care, NHS 111, London Ambulance Service (“LAS”), Rapid Response and GP Out of Hours.

The procurement will be divided into four (4) lots. Bidders must bid for each lot independently and may bid for more than one (1) lot. The lots are for the following boroughs:
• Lot 1 – Hounslow
• Lot 2 – Westminster
• Lot 3 – Hillingdon
• Lot 4 – Harrow, Brent and Ealing

Key Service Requirements: Our UTC's have to integrate with health and non-health services across NWL. Providers will be required to work collaboratively with local stakeholders and develop shared pathways across primary and secondary care. It is essential that the UTC provider(s) particularly develop strong relationships with primary care, secondary care, out of hours services and NHS 111.

An integrated service model is fundamental with close integration with ED's and other health services via formal governance mechanisms & strong informal working relationships.

Providers will be expected to develop an operating model that supports the following principles:
• Partnership with the acute provider(s), including working together in periods of high & low demand and access to specialist input.
• A Joint Clinical Governance Group to foster joint working and drive continuous improvement.
• Work across organisational interfaces - including developing policies, processes and procedures jointly between the UTC and ED.
• Ensures that IT systems are interoperable so that patient details will not have to be taken again in the event of streaming/transfer to Trust ED.
• Deliver appropriate access to diagnostics & specialities provided within each Acute.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 December 2022

End date

4 December 2027

This contract is subject to renewal

Yes

Description of renewals

One (1) extension of twenty four (24) months.

two.2.10) Information about variants

Variants will be accepted: No

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

Competitive dialogue

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 June 2022

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 May 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 9 December 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals