Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Extension of the NHS 111 service provided to the named Commissioners.

  • First published: 23 May 2017
  • Last modified: 23 May 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Swale CCG
Authority ID:
AA52372
Publication date:
23 May 2017
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Full notice text

VOLUNTARY EX ANTE TRANSPARENCY NOTICE


Section I: Contracting Authority/Entity

I.1)

Name, Address and Contact Point(s)


Swale Clinical Commissioning Group on behalf of Swale CCG and 16 other CCGs named in I.4 below

Bramblefield Clinic, Grovehurst Road, Kemsley, Kent

Sittingbourne

ME10 2ST

UK

The NHS 111 Commissioning Manager for Kent and Medway CCGs

Kerri-Anne Chappell


kerri-anne.chappell@nhs.net





I.2)

Type of contracting Authority and Main Activity or Activities

Yes

NHS North West Surrey CCG

NHS Surrey Downs CCG

NHS East Surrey CCG

NHS Guildford and Waverley CCG

NHS Horsham and Mid Sussex CCG

NHS High Weald and Lewes Havens CCG

NHS Hastings and Rother CCG

NHS Eastbourne, Hailsham and Seaford CCG

NHS Crawley CCG

NHS Brighton and Hove CCG

NHS Coastal West Sussex CCG

NHS West Kent CCG

NHS Medway CCG

NHS Dartford, Gravesham and Swanley CCG

NHS Surrey Heath CCG

NHS North Hampshire and Farnham CCG

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Extension of the NHS 111 service provided to the named Commissioners.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance

Various locations in Kent, Surrey and Sussex.


UK

II.1.3)

This notice involves a framework agreement

No

II.1.4)

Short description of the contract or purchase(s)

The current NHS 111 contract in use by the named Commissioners was awarded in 2012 and went live in 2013 for an initial three years, expiring on 18 March 2016. As allowed for in the formal tender documentation, an extension of two years to the contract was exercised, and the contract is now scheduled to expire on 1.4.2018. By this VEAT Notice the Commissioners advise that it is their intention to extend the contract for a further 12 months to 31.3.2019.

The Commissioners have fully considered the options open to them with regard to the continued safe and secure provision of this vital service to patients and users. The situation is impacted by the requirements imposed on the Commissioners by the Commissioning Standards issued in September 2015 and the next steps NHS Five Year Forward View in March 2017. The Commissioners are required to plan and design an Integrated Urgent Care (IUC) service and align a number of contracts and services. There are a number of essential clinical developments which are required within the 5 Year Forward View, which will build on the positive practice within the existing service and should result in an improved experience for patients and users. To build all of these improvements into a new design and procurement before April 2018 is viewed as a high risk, and therefore the Commissioners believe it is entirely appropriate to aim for 1.4.2019 as the date by which alignment and implementation of all services and contracts will have be completed.

The Commissioners believe that to commence a procurement process at this stage that seeks to appoint a provider to mobilise and implement a service from April 2018, whilst in parallel working with the incumbent provider and (potentially) a new provider to develop the service to the required technological standard within this timescale, could introduce a level of risk to patients and users that is unsustainable. Similarly, to delay development work until a provider is in place under a new contract would not offer the optimum assurance or assist the delivery of service integration and improvement.

The Commissioners recognise and acknowledge that there are potential providers who will be interested in bidding to provide the service, and wish to confirm that no organisation capable of providing the service will be prevented from participating in a formal tender process. It is expected that this process will start in 2017.

Additionally, the Commissioners understand that working to develop the clinical aspects of the service in line with national requirements with the incumbent provider may give rise to concern that a significant advantage may be conferred on the incumbent provider at the tender stage. Therefore, the Commissioners will, in the interests of transparency and fairness, undertake to share the outcomes of the development work with interested parties.

The Commissioners intend to publish an OJEU Prior Information Notice and a Future Opportunity Notice on Contracts Finder during 2017.

Prior to this an invitation is offered to all interested parties who would like to meet the Commissioners to discuss and provide feedback on the processes described in this VEAT for the re–procurement of the service. Any interested organisation should email Kerri-Anne Chappell (the nominated Commissioner Contact point — see Section I.1) to register their interest in attending this proposed meeting, and provide their contact details. Any organisations registering interest will be contacted in due course regarding potential dates and logistics.

II.1.5)

Common Procurement Vocabulary (CPV)

85140000

II.1.6)

Contract covered by the government procurement agreement (GPA)

No

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

 15 650 418   GBP     

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

IV.2.2)

An electronic auction has been used

No

IV.3)

Administrative information

IV.3.1)

File reference number attributed by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract


2012/S 220-361884 15-11-2012

Other previous publications

Section V: Award of contract

 

 

V.1)

Date of contract award decision:

V.2)

Numbers of offers received:

V.3)

Name and address of economic operator to whom the contract has been awarded


South East Coast Ambulance Service NHS Foundation Trust








V.4)

Information on value of contract

 15 650 418 GBP 
 1

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by community funds?

No



VI.2)

Additional Information

IV.3.2) Previous publication(s) concerning the same contract

yes

Notice on qualification system

Notice number in the OJEU: 2012/S 220-361884 of 15.11.2012

Notice number in the OJEU: 2012/S 220-361884 of 9.11.2012

VI.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.3.2)

Lodging of appeals

VI.3.3)

Service from which information about the lodging of appeals may be obtained










VI.4)

Dispatch date of this Notice

 18-05-2017

Annex D1 – General procurement

Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union (OJEU)
Directive 2004/18/EC

Unchecked box
Unchecked box

Unchecked box

Checked box
Unchecked box
Unchecked box

Unchecked box

Unchecked box

Unchecked box

Unchecked box

Unchecked box

Unchecked box
Unchecked box

Unchecked box

Unchecked box

Unchecked box

Please refer to Section II.1.4.

Coding

Commodity categories

ID Title Parent category
85140000 Miscellaneous health services Health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
kerri-anne.chappell@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.