Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
North East Essex Clinical Commissioning Group
Aspen House, Stephenson Road, Severalls Business Park
Colchester
CO4 9QR
UK
Contact person: Charles Kirabo
E-mail: charles.kirabo@attain.co.uk
NUTS: UKH3
Internet address(es)
Main address: http://www.neessexccg.nhs.uk/
Address of the buyer profile: https://attain.bravosolution.co.uk/web/login.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
North East Essex Urgent Treatment Service Collaboration
Reference number: ACE-0301-2017-NEE.
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS North East Essex Clinical Commissioning Group has been working towards the establishment of whole system urgent treatment service collaboration through an alliance contracting model.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
36 000 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH3
Main site or place of performance:
North East Essex.
II.2.4) Description of the procurement
This is a contract award notice. NHS North East Essex Clinical Commissioning Group is challenged financially and by the demographics of a growing elderly population within an urgent care system which is currently fragmented, difficult for patients to navigate, open to duplication and facing increasing demand. The CCG has made the decision that working with a group of providers and establishing a whole system urgent treatment service collaboration (the UTS Collaborative) through an alliance contracting model will be the best solution to provide an affordable, sustainable and fully integrated urgent treatment service in North East Essex.
The scale and breadth of the services involved requires the involvement of several providers driving service transformation, sharing risk and responsibility and offering a range of unique and diverse perspectives whilst avoiding fragmentation of service provision.
In August 2017, the CCG published an early engagement notice on the contracts finder website inviting suitably qualified providers to attend what became a series of market engagement events.
In November 2017, the CCG published a prior information notice (2017/S 215-446859) inviting expressions of interest from providers willing to make the commitment to collaboration in an alliance way of working and who believed they had the necessary experience in multi-disciplinary integrated care, willing to work with other statutory providers, willing to work with the current providers and capable of financially holding and managing the scale of risk through a degree of income risk. Only 1 joint expression of interest was received from a group of providers and it is envisaged that this group of providers will join with the CCG to form the collaboration.
In August 2018, the CCG published a Voluntary Ex-Ante Transparency Notice (2018/S 167-381234) notifying of its intention to award this contract.
The full members of the collaboration are:
— East Suffolk and North Essex NHS Foundation Trust,
— Anglian Community Enterprise CIC,
— GP Primary Choice Ltd,
— North East Essex Clinical Commissioning Group.
Associate members of the collaboration are:
— East of England Ambulance Trust,
— Essex Partnership University Foundation Trust,
— Care UK.
The UTS Collaborative will be responsible for the provision of an urgent treatment service in North East Essex. The services included in the scope of the UTS are as follows:
— A&E in Colchester — minors activity,
— GP Streaming service at Colchester Hospital,
— Walk-in Centre in Colchester,
— Minor Injury Units in Clacton and Harwich,
— Primary Care Extended Hours.
The proposed contractual term is for a period of 4 years with an option to extend by a further 3 years. The 36 000 000 GBP value is for the initial 4-year term. In accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015, the services covered by the arrangement may change and expand as the partnerships develop through an alliance agreement. Examples of areas that could be considered by the collaboration for future delivery include further A&E activity.
II.2.5) Award criteria
Cost criterion: Quality
/ Weighting: 100 %
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend by a further 3 years. In accordance with Regulation 72 (1) (a) of the Public Contracts Regulations 2015, the services covered by the arrangement may change and expand as the partnerships develop through an alliance agreement. Examples of areas that could be considered by the collaboration for future delivery include further A&E activity.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons
Explanation
On 9.8.2017, the CCG published an early engagement notice on contracts finder inviting suitably qualified providers to engage with the CCG.
On 9.11.2017, the CCG published a PIN inviting expressions of interest from providers willing to make the commitment to collaboration in an alliance way of working and capable of financially holding and managing the scale of risk through a degree of income risk. Only 1 joint expression of interest was received from a group of providers.Since then, the CCG has been engaged in discussions with this group of providers and interested third party providers and now intends to award the contract as set out above on the basis that the listed organisations are the only providers with the requisite capacity and capability to provide the urgent treatment service.
On 31.8.2018, the CCG published a Voluntary Ex-Ante Transparency Notice setting out its intention to award this contract.
The CCG believes that:
— this alliance approach to the implementation of the new urgent treatment service (UTS) model will build a resilient community approach by engaging providers from across the system in the delivery of the UTS whilst also supporting the wider system vision for the move towards an integrated care system (ICS),
— this integrated system approach to service delivery will guide the patient to the correct level of care and treatment and this works best with system partners working collectively, while supporting a smoother patient pathway, promoting a trusted assessor approach and reducing the number of patient hand-offs,whilst also creating an opportunity to flex the model as required,
— this collective ownership of responsibilities for delivering a whole system approach will enable greater shared responsibility for managing system pressures with shared outcomes and performance measures across all providers e.g. any loss or gain is linked with performance overall not individual parties,
— this approach will support compliance with urgent treatment centre guidance – required to operate as part of a networked model of urgent care, with referral pathways in to EDs, mental health, community and specialist services as required. Shared responsibility where all urgent care system partners have equal ownership can drive improvement, innovation and efficiency and supports consistent self-care and self-management messages – ensuring people are educated to know how to manage minor conditions and where to go for alternative support. The approach also provides a framework to facilitate the ability to develop rotational posts and sharing workforce across the system and supports recruitment and retention of highly skilled staff.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 167-381234
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/10/2019
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
East Suffolk and North Essex NHS Foundation Trust
Trust Offices, Colchester Hospital, Turner Road
Colchester
CO4 5JL
UK
NUTS: UKH
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Anglian Community Enterprise
659-662 The Crescent, Colchester Business Park
Colchester
CO4 9YQ
UK
NUTS: UKH
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
GP Primary Choice Ltd
27, Colchester Business Centre, 1 George Williams Way
Colchester
CO1 2JS
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 36 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The service to which this procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). As such, the contracting authority does not intend to hold itself bound by any of the regulations, save those applicable to Schedule 3 services.
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice of England and Wales
Strand
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
NHS North East Essex Clinical Commissioning Group
Aspen House, Stephenson Road, Severalls Business Park
Colchester
CO4 9QR
UK
E-mail: charles.kirabo@attain.co.uk
VI.5) Date of dispatch of this notice
07/11/2019