Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

East London Health Care Partnership Integrated Urgent Care (ELHCP IUC), 111 and Clinical Assessment

  • Cyhoeddwyd gyntaf: 26 Ebrill 2017
  • Wedi'i addasu ddiwethaf: 26 Ebrill 2017

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
NHS Tower Hamlets CCG
ID Awudurdod:
AA29826
Dyddiad cyhoeddi:
26 Ebrill 2017
Dyddiad Cau:
12 Mehefin 2017
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The East London Health Care Partnership (ELHCP) procurement strategy is to let one contract, through a lead provider arrangement, to provide an Integrated Urgent Care Telephone Clinical Assessment Service and promote NHS111 as the ‘smart call to make’ creating a 24-hour personalised priority contact point.

The CAS will enable patients to receive fast efficient clinical advice, with increased consult and complete calls with improved onward referral pathways, reducing the number of steps in key pathways, delivering the following key principles below and outcomes identified in the service specification.

—- bringing together phone triage which is currently carried out separately by NHS111 and Out of Hours services;

—- increase confidence and trust for users and other stakeholders in this new service;

—- the first point of access for urgent care, reducing demand on Emergency Departments (ED) and 999;

—- deliver equity and consistency in response across ELHCP footprint;

—- support increased self-care and the principle that every contact should count;

—- encourage and support use of existing day time GP services where possible;

—- supporting local health-care professionals — so that no decision needs to be taken in isolation;

—- improved access will in turn increase the number of patients managed at home and reduce the number of conveyances to ED through clinical advice, direct booking, and referral to visiting teams where required via the Directory of Services (DoS).

The services are 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 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.

The contracting authority is currently charged VAT for the existing NHS 111 service in line with present HMRC guidance, which it is able to recover. The bid price quoted for the new Integrated Urgent Care Service assumes that VAT will continue to have a net zero effect on the cost of the service to the contracting authority. Bidder submissions should include the advice that has been sought on the treatment of VAT and an explanation on how bidders intend to maintain the net zero effect to the contracting authority within the bid price for the length of the contract We would also like to take this opportunity to advise that a Bidders Event will be held on 2nd May between 14:00 and 17:00 in Stratford. Expressions of interests will be completed on submission of the Tender. The deadline for submitting a completed Tender is at 12:00 on 12.6.2017. Responses received after the deadline will not be considered. It is anticipated that bidders will be invited to an Objective structured clinical examination (OSCE) assessment meeting if they are successful at the pass/fail stage.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Awdurdod contractio

I.1) Enw a chyfeiriad

NHS Tower Hamlets Clinical Commissioning Group

2nd Floor, Alderney Building, Mile End Hospital, Bancroft Road

London

E1 4DG

UK

Ffôn: +44 2036881543

E-bost: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.towerhamletsccg.nhs.uk/

Cyfeiriad proffil y prynwr: http://www.towerhamletsccg.nhs.uk/

I.1) Enw a chyfeiriad

NHS Newham Clinical Commissioning Group

4th Floor, Unex Tower, 5 Station Street

London

E15 1DA

UK

E-bost: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI12

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.newhamccg.nhs.uk/

I.1) Enw a chyfeiriad

NHS Waltham Forest Clinical Commissioning Group

Kirkdale House

7 Kirkdale Road

London

E11 1HP

UK

E-bost: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI12

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.walthamforestccg.nhs.uk/

I.1) Enw a chyfeiriad

NHS Barking and Dagenham Clinical commissioning Group

Maritime House, 1 Linton Road

Barking

IG11 8HG

UK

E-bost: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI21

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.barkingdagenhamccg.nhs.uk/

I.1) Enw a chyfeiriad

NHS City and Hackney Clinical Commissioning Group

St Leonards, Nuttall Street

London

N1 5LZ

UK

E-bost: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI12

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.cityandhackneyccg.nhs.uk/

I.1) Enw a chyfeiriad

NHS Havering Clinical Commissioning Group

2-4 Eastern Road

Romford

RM1 3PJ

UK

E-bost: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI21

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.haveringccg.nhs.uk/

I.1) Enw a chyfeiriad

NHS Redbridge Clinical Commissioning Group

Becketts House, 2-14 Ilford Hill

Ilford

IG1 2QX

UK

E-bost: nelcsu.welcpod-procurement@nhs.net

NUTS: UKI21

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.redbridgeccg.nhs.uk/

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael ar y cyd

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

http://www.supplying2nhs.org/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

East London Health Care Partnership Integrated Urgent Care (ELHCP IUC), 111 and Clinical Assessment Service (CAS).

Cyfeirnod: PRJ354

II.1.2) Prif god CPV

85000000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

Tower Hamlets CCG is issuing this tender on behalf of 7 named CCGs, to commission the East London Health Care Partnership, Integrated Urgent Care (ELHCP IUC), 111 and Clinical Assessment Service (CAS), creating a multi-skilled CAS with a range of clinicians supporting telephone, triage, assessment and treatment for both patients and Health Care Professionals (HCPs).

The enhanced CAS will include a range of multi-skilled clinicians across the 24/7 period including: 24/7 general practitioner(s), paramedics, pharmacist, advanced nurse practitioner, community specialists.

The anticipated value range over the 5 year contract period is 45 200 000 GBP up to a maximum of 48 300 000 GBP, with a 2-year option to extend. Bids above the maximum will be given 0 marks.

The overall total contract price will be split across the 5 years, made up of core payments and quality KPI incentives. 2.5 % of the total bid price includes incentive financial quality KPI incentives outlined in Annex A.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 45 200 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKI


Prif safle neu fan cyflawni:

London.

II.2.4) Disgrifiad o’r caffaeliad

The East London Health Care Partnership (ELHCP) procurement strategy is to let one contract, through a lead provider arrangement, to provide an Integrated Urgent Care Telephone Clinical Assessment Service and promote NHS111 as the ‘smart call to make’ creating a 24-hour personalised priority contact point.

The CAS will enable patients to receive fast efficient clinical advice, with increased consult and complete calls with improved onward referral pathways, reducing the number of steps in key pathways, delivering the following key principles below and outcomes identified in the service specification.

—- bringing together phone triage which is currently carried out separately by NHS111 and Out of Hours services;

—- increase confidence and trust for users and other stakeholders in this new service;

—- the first point of access for urgent care, reducing demand on Emergency Departments (ED) and 999;

—- deliver equity and consistency in response across ELHCP footprint;

—- support increased self-care and the principle that every contact should count;

—- encourage and support use of existing day time GP services where possible;

—- supporting local health-care professionals — so that no decision needs to be taken in isolation;

—- improved access will in turn increase the number of patients managed at home and reduce the number of conveyances to ED through clinical advice, direct booking, and referral to visiting teams where required via the Directory of Services (DoS).

The services are 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 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.

The contracting authority is currently charged VAT for the existing NHS 111 service in line with present HMRC guidance, which it is able to recover. The bid price quoted for the new Integrated Urgent Care Service assumes that VAT will continue to have a net zero effect on the cost of the service to the contracting authority. Bidder submissions should include the advice that has been sought on the treatment of VAT and an explanation on how bidders intend to maintain the net zero effect to the contracting authority within the bid price for the length of the contract We would also like to take this opportunity to advise that a Bidders Event will be held on 2nd May between 14:00 and 17:00 in Stratford. Expressions of interests will be completed on submission of the Tender. The deadline for submitting a completed Tender is at 12:00 on 12.6.2017. Responses received after the deadline will not be considered. It is anticipated that bidders will be invited to an Objective structured clinical examination (OSCE) assessment meeting if they are successful at the pass/fail stage.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 45 200 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

1 2-year extension.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Submission of the tenders will be via the Pro-Contract e-tendering system http://www.supplying2nhs.org. .Bidders should register, login and complete the tender response documentation electronically and submit them via the Pro-contract e-tendering portal. Please note that any communication from NEL CSU or CCG regarding this tender will be via Pro-contract discussion board.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored - Gweithdrefn garlam

Cyfiawnhad:

Use of e tender portal.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 12/06/2017

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 5  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 12/06/2017

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

4 years.

VI.2) Gwybodaeth am lifau gwaith electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=250136171

GO Reference: GO-2017425-PRO-10072789.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

NEL Commissioning Support Unit

Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Ffôn: +44 2038662498

E-bost: nelcsu.welcpod-procurement@nhs.net

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

NEL Commissioning Support Unit

Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Ffôn: +44 2038662498

E-bost: nelcsu.welcpod-procurement@nhs.net

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

NEL Commissioning Support Unit

First Floor Clifton House, 75 — 77 Worship Street

London

EC2A 2DU

UK

Ffôn: +44 2038662498

E-bost: nelcsu.welcpod-procurement@nhs.net

Cyfeiriad(au) rhyngrwyd

URL: www.nelcsu.nhs.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

25/04/2017

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85000000 Gwasanaethau iechyd a gwaith cymdeithasol Gwasanaethau eraill

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
nelcsu.welcpod-procurement@nhs.net
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.