Published date: 12 February 2018
Last edited date: 12 February 2018
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Medical practice and related services - 85120000
Location of contract
London
Value of contract
£49,560,000
Procurement reference
NELondon001-DN321701-81642215
Published date
12 February 2018
Closing date
13 March 2018
Contract start date
17 October 2018
Contract end date
16 October 2023
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Bromley CCG is issuing this tender on behalf of six CCGs; Bexley CCG, Bromley CCG, Greenwich CCG, Lambeth CCG, Lewisham CCG and Southwark CCG - collectively known as South East London (SEL) CCGs - wish to commission an Integrated Urgent Care (IUC) service for their patients.
The current SEL NHS 111 service is staffed by fully trained Health Advisors (non-clinicians who use the NHS Pathways triage tool), supported by Clinical Advisors (nurses and paramedics). In addition to the local GP out of hours services; the 111 service also has links into the pan London dental nurse triage service (provided by SMILE), the pan London pharmacy hub (provided by London Central and West Unscheduled Care Collaborative) and the Lambeth, Lewisham and Southwark mental health crisis line (provided by South London and Maudsley NHS Foundation Trust). Despite this, the SEL NHS 111 service still operates a predominantly \"assess and refer\" style model. The vision is for an Integrated Urgent Care Clinical Assessment Service that will streamline and improve patient care throughout the urgent care community, through the implementation of \"consult and complete\" model, whereby all calls can be completed by the service with advice, a prescription or a booked appointment.
We anticipate that the maximum value over a 5 year contract period is £49.56 Million GBP, with an option to extend to a further 2 years beyond the initial contracted duration. This will be subject to satisfactory performance and by mutual agreement between the Commissioners and the Provider.
The services covered by the light touch regime are set out at Schedule 3 (Social and Other Specific Services) of PCR 2015. If the value of the Contract is over 589,148 GBP the Contracting Authority must advertise it in the OJEU, although there is flexibility as to the design of the remainder of the Procurement Process. The Commissioner is not voluntarily following any other part of the Regulations. The procedure that the Commissioner is following is as set out in the Invitation to Tender. The Process will be similar to the Open Procedure process under the Regulations but, for avoidance of doubt, the commissioner is not running the Process as though the Open Procedure under the Regulations applies and so reserves the right to depart from that procedure at any point. The procurement will be advertised via OJEU and Contract Finder.
More information
Additional text
-
Interested parties wishing to participate must register on ProContract https://procontract.due-north.com/ as a supplier and register an interest in this Procurement. (If you are already registered as a supplier you will not need to register again, simply use your existing username and password to log into ProContract to register an interest). The deadline for submitting a tender on Procontract is 12:00 noon on 13th March 2018. Submissions received after the above deadline will not be considered. It is anticipated that bidders will be invited to an OSCE assessment meeting if they are successful at the pass/fail stage.
About the buyer
Contact name
Tim Odejobi
Address
NEL CSU
1 Lower Marsh
London
SE1 7NT
England
Share this notice
Closing: 13 March 2018
All content is available under the
