Opportunity

Specialised Critical Care Transport Services – London Region

  • NHS England - London (Specialised Commissioning)

F02: Contract notice

Notice reference: 2022/S 000-030230

Published 26 October 2022, 3:37pm



Section one: Contracting authority

one.1) Name and addresses

NHS England - London (Specialised Commissioning)

Wellington House

London

SE1 8UG

Contact

Josselin Canevet

Email

josselin.canevet@nhs.net

Country

United Kingdom

NUTS code

UKI - London

National registration number

na

Internet address(es)

Main address

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

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=51776&B=AGCSU

Additional information can be obtained from the above-mentioned address

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

Specialised Critical Care Transport Services – London Region

Reference number

57931

two.1.2) Main CPV code

  • 85143000 - Ambulance services

two.1.3) Type of contract

Services

two.1.4) Short description

Following a market engagement exercise, NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU), on behalf of NHS England, London Region (referred to as the Commissioner), is inviting suitably qualified and experienced providers to respond to this invitation to tender (ITT) exercise to deliver a Specialised Adult Critical Care Patient Transfer service (ACCTS) for London region.

The key objective of the procurement is to select a Lead Provider responsible for establishing, delivering and maintaining a regional ACCTS for London. The service will provide coordination, triage, decision-support and transfer of critically ill patients between hospitals for escalation to specialist care, repatriation and capacity reasons. It is primarily focused on intra region transfers but must be capable of delivering inter regional repatriations where required.

two.1.5) Estimated total value

Value excluding VAT: £22,015,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85143000 - Ambulance services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Following a market engagement exercise, NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU), on behalf of NHS England, London Region (referred to as the Commissioner), is inviting suitably qualified and experienced providers to respond to this invitation to tender (ITT) exercise to deliver a Specialised Adult Critical Care Patient Transfer service (ACCTS) for London region.

The key objective of the Procurement is to commission a Specialised Adult Critical Care Patient Transfer service (ACCTS) for London region.

The key objective of the procurement is to select a Lead Provider responsible for establishing, delivering and maintaining a regional ACCTS for London. The service would provide coordination, triage, decision-support and transfer of critically ill patients between hospitals for escalation to specialist care, repatriation and capacity reasons. It is primarily focused on intra region transfers but must be capable of delivering inter regional when required.

By commissioning a regional ACCTS for London, the Commissioner would like to attain the following:

• Standardised clinical care and safety for all patients,

• Improved and consistent patient experience,

• Improved equity in access for all patients across the region

• Improved activation times as a result of dedicated ambulance resources,

• Collaborative working arrangements between all London ICS’s and the NHS ambulance provider

• Improved data reporting and monitoring systems throughout the whole patient journey that are utilised to continuously evaluate and improve service delivery

• Improved governance framework and processes for the entire service

It is anticipated that the Lead Provider would hold overall accountability for the regional ACCTS and contract but would work closely with their identified partners across London to align service delivery with service and population requirements; understand variation and local population needs in each of the five London ICS; and co-ordinate consistent, high-quality patient care across London. The Commissioners therefore actively encourage partnership applications that adopt a collaborative approach in working with key partners across London.

NHS England (London Region) is the contracting and commissioning authority for this service and wishes to commission centres in London region as part of a collaborative pan-London network arrangement.

One application should be submitted per partnership arrangement; bids can be co-authored, but the bid should be submitted by the partnerships appointed Lead Provider.

This ITT Process has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services (also known as the “Light Touch Regime”).

The questionnaire is available through the EU Supply portal: https://uk.eu-supply.com/login.asp?B=agcsu. The reference is 57931 and the closing date for completed ITT responses is 12pm, midday on Friday 25th November 2022.

two.2.5) Award criteria

Quality criterion - Name: Technical and Commercial / Weighting: 90

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £22,015,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2030

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 000-027003

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

Date

25 November 2022

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

25 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

Derby

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit

Derby

Country

United Kingdom

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

Arden & GEM Commissioning Support Unit

Derby

Country

United Kingdom