Section one: Contracting authority
one.1) Name and addresses
NHS Kernow Clinical Commissioning Group
Room 210, 39 Penwinnick Road
St Austell
PL25 5DR
Country
United Kingdom
NUTS code
UKK30 - Cornwall and Isles of Scilly
National registration number
11N
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/login.asp?B=NHSKERNOW
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/login.asp?B=NHSKERNOW
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
High Intensity User Service
Reference number
1123
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Kernow Clinical Commissioning Group are looking to commission the following:
Effectively manage, support, coordinate, and signpost high intensity users (HIU) of the South Western Ambulance Service NHS Foundation Trust (SWASFT), the integrated urgent care service (IUCS), Royal Cornwall Hospitals NHS Trust and University Hospitals Plymouth NHS Trust, frequent emergency department attenders and admissions within the NHS Kernow Clinical Commissioning Group (NHS Kernow) footprint.
two.1.5) Estimated total value
Value excluding VAT: £394,008
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
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
NHS Kernow Clinical Commissioning Group are looking to commission the following:
Effectively manage, support, coordinate, and signpost high intensity users (HIU) of the South Western Ambulance Service NHS Foundation Trust (SWASFT), the integrated urgent care service (IUCS), Royal Cornwall Hospitals NHS Trust and University Hospitals Plymouth NHS Trust, frequent emergency department attenders and admissions within the NHS Kernow Clinical Commissioning Group (NHS Kernow) footprint.
Establish, utilise, and coordinate multi-agency and existing professional services to reduce 999 frequent callers, in line with the demand management modelling and trajectory as set out in the HIU workstream. This will be achieved through integration and co-ordination with community and acute trusts, through participation in multi-disciplinary teams and cross organisational working with the voluntary and community sector as appropriate.
Demonstrate an increased capacity and productivity in workload on unscheduled care services and the wider health economy resulting from fewer 999 calls (which otherwise would have attended emergency department and resulted in an admission).
Safely manage and coordinate the vulnerable and demanding nature of the user group using multi-agency support and the volunteer sector.
Provide fertile commissioning intelligence across all providers and, in doing so, lower the stigma associated with HIUs.
Coordinate a replicable service which can be integrated and managed over the long term across other providers.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £394,008
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2022
End date
29 February 2024
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.2) Conditions related to the contract
three.2.2) Contract performance conditions
Potential Providers who progress to view the advert and accompanying tender documents (whether they decide to propose a solution or not), at that point are agreeing to keep all tender information confidential and will not copy, reproduce, distribute or pass the information to any other person at any time.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
11 November 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 November 2021
Local time
12:00pm
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
CEDR
100 St Paul's Churchyard
London
EC4M 8BU
Country
United Kingdom