Tender

PRJ - 1021 North Central London NHS 111 Integrated Urgent Care - (NCL ICB)

  • North Central London Integrated Care Board

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-027314

Procurement identifier (OCID): ocds-h6vhtk-037159

Published 29 September 2022, 12:15pm



The closing date and time has been changed to:

13 December 2022, 1:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

North Central London Integrated Care Board

Laycock PDC, Laycock Street

London

N1 1TH

Contact

Mr Ahsan Haji

Email

Ahsan.Haji@nhs.net

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://nclhealthandcare.org.uk/about/integrated-care-board/

Buyer's address

https://nclhealthandcare.org.uk/about/integrated-care-board/

one.3) Communication

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

https://procontract.due-north.com/Advert?advertId=b3844302-2d34-ed11-8119-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=b3844302-2d34-ed11-8119-005056b64545

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

PRJ - 1021 North Central London NHS 111 Integrated Urgent Care - (NCL ICB)

Reference number

DN632992

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS North Central London (NCL) Integrated Care Board (ICB), hereafter referred to as the Authority is seeking to commission NCL 111 Integrated Urgent Care Service and invites suitably qualified providers to submit their tenders.

NCL ICB is responsible for allocating NHS budget and commissioning services. ICBs are a key change in the Health and Care Act, and have replaced Clinical Commissioning Groups ‘CCGs’. These changes came into effect on 1 July 2022

More information about NCL ICB can be found using the following link.

https://nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board/

In 2015/16 NCL CCGs collaborated to commission a combined GP out-of-hours (OOH) and NHS 111 service across NCL. The contract was set against a local specification that patients helped to develop but, since 2018, the service model has evolved in order to meet demand and align with national requirements.

The aim of the new NHS 111 IUC model across NCL is to be in line with national guidance and standards, with residents receiving high-quality complete episodes of care with an outcome such as, but not limited to:-

• Consult and complete model with broader use of clinical skill

• Advice and self-care

• A face-to-face or virtual appointment for further assessment in a primary or urgent or emergency care setting

• Repeat prescriptions

• A multi-provider system working together to ensure patients get the right care, in the right place, at the right time

• Current key performance indicators improved and maintained

• Affordable and sustainable 111 IUC model.

The following is the maximum price limit for the contract.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - 111 Call handling

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This Procurement is divided into three Lots

• Lot 1 - 111 call handling

• Lot 2 - Clinical Assessment Service (CAS)

• Lot 3 - GP out-of-hours (GP OOH) service

The Authority invites bids that offer to provide services for all the above Lots (1, 2, and 3) in an integrated manner based on the Prime Provider model. Any Bid that does not cover all the above three Lots will be rejected. Following the evaluation process, the successful Bidder will be awarded a contract covering all three Lots.

A bid will be considered for award only if in addition to the other requirements of the ITT, it meets the requirements for all the Lots. A 'fail' in any of the Lots will mean the whole bid is eliminated.

The contract will be awarded for an initial period of three years followed by an optional extension of up to two years solely at the discretion of NCL ICB. Therefore, the maximum contract term is 5 years.

Maximum price limits for the contract (all three Lots combined) are as follows.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

NB: the contract value includes the provision for the category 3 and 4 validation. However, this element is currently being piloted with LAS and following evaluation, the ICB may withdraw this element of the service and therefore the financial value will be deducted. This means the overall NCL NHS 111 IUC financial annual value will be reduced from £19,605k to £19,045k (excludes any uplifts for inflation, growth, etc.)

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.

two.2) Description

two.2.1) Title

Lot 2 - Clinical Assessment Service (CAS)

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This Procurement is divided into three Lots

• Lot 1 - 111 call handling

• Lot 2 - Clinical Assessment Service (CAS)

• Lot 3 - GP out-of-hours (GP OOH) service

The Authority invites bids that offer to provide services for all the above Lots (1, 2, and 3) in an integrated manner based on the Prime Provider model. Any Bid that does not cover all the above three Lots will be rejected. Following the evaluation process, the successful Bidder will be awarded a contract covering all three Lots.

A bid will be considered for award only if in addition to the other requirements of the ITT, it meets the requirements for all the Lots. A 'fail' in any of the Lots will mean the whole bid is eliminated.

The contract will be awarded for an initial period of three years followed by an optional extension of up to two years solely at the discretion of NCL ICB. Therefore, the maximum contract term is 5 years.

Maximum price limits for the contract (all three Lots combined) are as follows.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

NB: the contract value includes the provision for the category 3 and 4 validation. However, this element is currently being piloted with LAS and following evaluation, the ICB may withdraw this element of the service and therefore the financial value will be deducted. This means the overall NCL NHS 111 IUC financial annual value will be reduced from £19,605k to £19,045k (excludes any uplifts for inflation, growth, etc.)

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.

two.2) Description

two.2.1) Title

Lot 3 - GP out-of-hours (GP OOH) service

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This Procurement is divided into three Lots

• Lot 1 - 111 call handling

• Lot 2 - Clinical Assessment Service (CAS)

• Lot 3 - GP out-of-hours (GP OOH) service

The Authority invites bids that offer to provide services for all the above Lots (1, 2, and 3) in an integrated manner based on the Prime Provider model. Any Bid that does not cover all the above three Lots will be rejected. Following the evaluation process, the successful Bidder will be awarded a contract covering all three Lots.

A bid will be considered for award only if in addition to the other requirements of the ITT, it meets the requirements for all the Lots. A 'fail' in any of the Lots will mean the whole bid is eliminated.

The contract will be awarded for an initial period of three years followed by an optional extension of up to two years solely at the discretion of NCL ICB. Therefore, the maximum contract term is 5 years.

Maximum price limits for the contract (all three Lots combined) are as follows.

Annual contract value = £19,114,968

Contract value over 3 years= £ 57,344,906

Contract value over 5 years= £ 95,574,843

NB: the contract value includes the provision for the category 3 and 4 validation. However, this element is currently being piloted with LAS and following evaluation, the ICB may withdraw this element of the service and therefore the financial value will be deducted. This means the overall NCL NHS 111 IUC financial annual value will be reduced from £19,605k to £19,045k (excludes any uplifts for inflation, growth, etc.)

The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") and therefore the procurement is not subject to the full regime of the Regulations but is instead governed by what is commonly referred to as the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77). The use of any language or terms found in the Regulations, the description of the procedure voluntarily adopted by the Authority, or any other indication, shall not be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Originally published as:

Date

8 November 2022

Local time

1:00pm

Changed to:

Date

13 December 2022

Local time

1:00pm

See the change notice.

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

English