Contract

Critical Care Transfer Coordination Service (Call Handling) - East Midlands

  • NHS England

F03: Contract award notice

Notice identifier: 2024/S 000-016832

Procurement identifier (OCID): ocds-h6vhtk-040381

Published 30 May 2024, 8:36am



Section one: Contracting authority

one.1) Name and addresses

NHS England

1st Floor, Quarry House, Quarry Hill

Leeds

LS2 7UE

Email

anna.salt@nhs.net

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.england.nhs.uk//

Buyer's address

https://www.england.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

Critical Care Transfer Coordination Service (Call Handling) - East Midlands

two.1.2) Main CPV code

  • 75122000 - Administrative healthcare services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU), on behalf of NHS England (referred to as the Commissioner), is seeking to commission a suitably qualified and experienced provider to deliver the specialised critical care transfer co-ordination service (Call Handling) for the East Midlands Region through the publication of this ITT.
The service provider will receive and coordinate all urgent and emergency requests via telephone and digital routes, for intra-uterine (IUT), Neonatal critical care (CenTre), Paediatric critical care (CoMET), and Extra Corporeal Membrane Oxygenation (ECMO), for the East Midlands Region.

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: £4,149,418

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

Following a market engagement exercise which had a return date of 15th November 2023, Commissioners are now running an Invitation to Tender (ITT) process.
The Service is required to meet the following needs:
• To provide an expeditious 24/7 service that meets the quality schedule within the NHS Standard Contract for the management of all advice, facilitation of cot/bed locating where required, and/or transfer activity associated with IUT, Neonatal, Paediatric, and ECMO patients.
• To record, index, retain, and access when required, all requests received or facilitated by the service via digital and/or telephone/conference calling safely and accurately in line with NHS records retention policies.
• To provide accurate and timely information on all contacts (digital and/or telephone calls) managed as per the service specification and the information schedule (Schedule 6 within the NHS Standard Contract).

Commissioned Provider(s) must be able to meet all of the following key criteria:
• The ability to work with service leads to manage and coordinate requests for advice, cot/bed locating, and/or transport 24 hours a day, seven days a week, 365 days a year in accordance with agreed quality and performance indicators for the services referred to above.
• Robust business continuity plans to ensure delivery of a safe service 24 hours a day, seven days a week, 365 days a year.
• To have robust capacity and demand policies to manage any planned or unplanned surge in activity.
• The ability to accurately record reliable activity information on all requests as per the service specification and described within the NHS Standard Contract.
• The ability to digitally record, safely store, index, retrieve, and retain all requests (whatever format) received or made in or out of the services in accordance with NHS record retention policies and protocols.
• Evidence of being able to work collaboratively and cooperatively with NHS and Non-NHS providers / stakeholders to improve patient experience and safety.
• The ability to work with stakeholders to enhance and improve the service provision and delivery over the length of the contract.
• The ability to provide a reliable and secure communication (telephony, digital conferencing, and digital messaging) conduit for all requests between general hospitals, specialist treatment centres (Providers) and transport services.
• To have full support of their Board to provide this service in accordance with the NHS Standard Contract.
• This is an Administrative Service and does not require clinical qualifications. However, the Service Provider staff should have a basic understanding of the Clinical Services as it will involve communicating and facilitating discussions between clinicians.
• To be able to deliver this service safely and effectively from the contract start date of 1st November 2024 until 31st October 2029 and there is an option to extend the contract for up to a further 12 months.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 14%

Quality criterion - Name: Quality (Technical/Project Specific) / Weighting: 66%

Cost criterion - Name: Commercial (Cost/Financial) / Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

The contract period is 5 years with the Commissioner having the option to extend the contract for up to a further 12 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


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-037532


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

20 May 2024

five.2.2) Information about tenders

Number of tenders received: 3

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

five.2.3) Name and address of the contractor

UNIVERSITY HOSPITALS OF LEICESTER NHS TRUST

Leicester

Country

United Kingdom

NUTS code
  • UKF - East Midlands (England)
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £4,253,832

Total value of the contract/lot: £4,149,418


Section six. Complementary information

six.3) Additional information

An annual cost uplift of 0.6% has been applied to 2024/2025. The uplift for years 2-6 are unknown at this time but will be applied on an annual basis in line with NHS planning guidance.

six.4) Procedures for review

six.4.1) Review body

NHS Arden and GEM CSU

St John's House, East Street

Leicester

LE1 6NB

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/

six.4.2) Body responsible for mediation procedures

NHS Arden and GEM CSU

St John's House, East Street

Leicester

LE1 6NB

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/

six.4.4) Service from which information about the review procedure may be obtained

NHS Arden and GEM CSU

St John's House, East Street

Leicester

LE1 6NB

Country

United Kingdom

Internet address

https://www.ardengemcsu.nhs.uk/