Section one: Contracting authority
one.1) Name and addresses
NHS England - East Midlands Specialised Commissioning
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Anna Salt
Country
United Kingdom
Region code
UKF - East Midlands (England)
Internet address(es)
Main address
https://www.england.nhs.uk/commissioning/spec-services/
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/68205
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=51542&B=AGCSU
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/app/rfq/rwlentrance_s.asp?PID=51542&B=AGCSU
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
East Midlands Critical Care Transfer Coordination Service (Call Handling)
Reference number
57705
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 East Midlands Specialised Commissioning (referred to as the Commissioner), is seeking to commission a suitably qualified and experienced provider to deliver the specialised critical care transport co-ordination service (Call Handling) for the East Midlands Region through the publication of this ITT.
The service provider will receive and coordinate urgent and emergency requests made via telephone and digital routes 24 hours a day, 7 days a week, 365 days a year from specialised service leads who require advice on resuscitation and stabilisation, the sourcing of cots/beds from within and outside the East Midlands region, and/or to facilitate patient transfers to and from general hospitals to specialist treatment centres via the commissioned Ambulance Transport Provider.
two.1.5) Estimated total value
Value excluding VAT: £3,856,200
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
Main site or place of performance
East Midlands
two.2.4) Description of the procurement
The procurement is to commission a service that is able to receive and coordinate planned, unplanned and repatriation requests via telephone and digital routes for intra-uterine, neonatal (CenTre), paediatric (CoMET), and ECMO (extracorporeal membrane oxygenation) for advice on resuscitation and stabilisation and/or patient transfers and/or repatriations to and from general hospitals to specialist treatment centres. For IUT requests, this service will also undertake bed and cot location services. In essence to help people who need critical care to get the right advice, first time and facilitate their journey.
The service will manage and coordinate requests for advice and/or transfers (via submission of a digital referral form wherever possible and/or a telephone call) according to processes that will need to be developed, agreed and implemented with the clinical service leads. The service will be delivered 24 hours a day, 7 days a week, 365 days a year. The service will respond to all requests within the Key Performance Indicators.
NHS England East Midlands Specialised Commissioning is the contracting and commissioning authority for this service and wishes to commission centres across England to be delivered as part of a network arrangement.
The ITT documents are available through the EU Supply portal: https://uk.eu-supply.com/login.asp?B=agcsu
The reference is 57705 and the closing date for completed ITT responses is midday on Wednesday 9th November 2022.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 67
Quality criterion - Name: Social Value / Weighting: 13
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £3,856,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All professional and/or trade registrations is specified within the tender documentation.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview
Minimum level(s) of standards possibly required
Financial standing requirements for the Procurement are outlined within Document 1 - ITT Process Overview
three.1.3) Technical and professional ability
List and brief description of selection criteria
All technical capacity and its evaluation criteria are specified within the tender documentation.
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: 2022/S 000-017585
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 November 2022
Local time
12:00pm
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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 November 2022
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
Arden & GEM Commissioning Support Unit
2nd Floor Cardinal Square, 10 Nottingham Road
Derby
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Arden & GEM Commissioning Support Unit
2nd Floor Cardinal Square, 10 Nottingham Road
Derby
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Arden & GEM Commissioning Support Unit
2nd Floor Cardinal Square, 10 Nottingham Road
Derby
Country
United Kingdom