Section one: Contracting authority
one.1) Name and addresses
NHS West Yorkshire Integrated Care Board
White Rose House, West Parade
Wakefield
WF1 1LT
Country
United Kingdom
Region code
UKE4 - West Yorkshire
Internet address(es)
Main address
https://www.westyorkshire.icb.nhs.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhswyicb.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhswyicb.ukp.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
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
NHS West Yorkshire ICB System Coordination Centre
Reference number
itt_75
two.1.2) Main CPV code
- 79500000 - Office-support services
two.1.3) Type of contract
Services
two.1.4) Short description
West Yorkshire ICB is seeking a provider to deliver the Out of Hours element of the West Yorkshire System Coordination Centre from Wednesday 1 November 2023. This would be between the hours of 8.00-18.00 on weekends and bank holidays. At times of exceptional system pressure the out of hours service will be required to flex the hours of operation to 20.00. It would also include support on an ad hoc basis to the ICB On Call team in managing additional system calls relating to Emergency Preparedness Resilience and Response (EPRR) during the same period as required.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
two.2.4) Description of the procurement
West Yorkshire ICB is seeking a provider to deliver the Out of Hours element of the West Yorkshire System Coordination Centre from Wednesday 1 November 2023. This would be between the hours of 8.00-18.00 on weekends and bank holidays. At times of exceptional system pressure the out of hours service will be required to flex the hours of operation to 20.00. It would also include support on an ad hoc basis to the ICB On Call team in managing additional system calls relating to Emergency Preparedness Resilience and Response (EPRR) during the same period as required. The contract will be for 3 years and proposals are sought in the region of £160k per annum with a maxiumum financial cap of £200k per annum. Bids excess of the financial cap will be disqualified.
The SCC will co-ordinate system response to the emergency care pathway using the OPEL Framework 23/24 alongside local provider and ICS surge policies. This framework contains specified and incremental core actions for the SCC at each OPEL level.
The SCC is responsible for the tactical co-ordination of integrated planned and unplanned interventions across the ICS on key systemic issues that influence patient flow. Key surrogate markers of impact include:
• Supporting ambulance Trust emergency response times to communities.
• Safety of emergency departments (ED) and subsequent capacity to achieve timely ambulance handover and time to treatment (TTT).
• Achieving safe levels of discharge from acute (adult & paediatric), mental health and community providers to meet forecast demand.
SCCs will utilise its unique position within the ICS to support with proactive management of operational pressures and risks, including timely sharing of emerging issues and risk mitigation. The SCC should also utilise historical data trends to risk assess and validate local assurance submissions with regard to planning for events that require specified operational planning. Further Information is avaialble in the Invitation Documentation which can be downloaded from the e-procurement portal as previosuly stated in this notice.
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
1 November 2023
End date
31 October 2026
This contract is subject to renewal
No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 September 2023
Local time
10:00am
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: 31 January 2024
four.2.7) Conditions for opening of tenders
Date
1 September 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
A bidder event will be held via Microsoft Teams at 13:00 on Tuesday 8th August 2023. This will be an opportunity for bidders to ask questions about the procurement and see a demostration of the e-procurement portal where tenders must be submitted. If you would like to attend this bidder event please email your name, organisation and contact details to wyicb-leeds.prmbu@nhs.net. The event may be recorded for those unable to attend.
six.4) Procedures for review
six.4.1) Review body
The High Court
London
Country
United Kingdom