The purpose of this notice is to advise interested parties of the award of a contract for the services identified above.
The Awarding Authorities are utilising the services of NHS Commercial Solutions to assist with the procurement elements of the project. Full tender information and documentation has been provided via the Bravo eTendering system.
The following Clinical Commissioning Groups (East Surrey CCG, Guildford and Waverley CCG, North West Surrey CCG and Surrey Downs CCG — North West Surrey CCG being the lead Commissioner) have procured an IUC Service incorporating a combined NHS 111 and GP Out-of-Hours service which will provide clinical assessment and face to face treatment. The Clinical Commissioning Groups identified above will be referred to in this Notice as the Awarding Authority.
The Awarding Authority has awarded, for registered and resident patients within the commissioning geography, a supplier Contract for the provision of a fully integrated 24/7 Integrated Urgent Care Service incorporating access via NHS 111 and Online, a clinical assessment service, and a GP out-of-hours treatment service.
The Awarding Authority has, as stated in the tender documentation, awarded the contract to a single legal entity responsible for the provision and operation of a visionary IUC Service. This includes responsibility for the financial and budgetary management, budgetary analysis, clinical governance and overall contract management of the call centre and interconnectivity with community services, emergency departments, primary care, ambulance services and any other applicable services and provisions to maximise patient care efficiency across the health and social care system. The Supplier will be required to deliver a service that offers a seamless patient journey from NHS 111 contact/online access to the establishment of a treatment plan (including direct electronic appointment booking) or closure on advice.
The duration of this contract award will be an initial 5 year period with an option to extend once for up to 3 years.
The Awarding Authority has established the Most Economically Advantageous Tender (“MEAT”) for the Contract. The Awarding Authority is managing this Procurement in accordance with the Public Contracts Regulations 2015 (the “Regulations”) and the Service(s) are being procured as “Light Touch Regime” services using a Procedure akin to a Restricted process. The Awarding Authority will also observe the requirements of the Procurement Patient Choice and Competition Regulations 2013 (PPCCR 2013).
The Awarding Authority has run a fully transparent tender process based on the OJEU Restricted Procedure.
Submission of a bid was deemed to be acceptance of these conditions and process by providers.
The Invitation to Tender was open to all suitably qualified providers.
This notice is voluntary and does not mean that the Awarding Authority accepts that the Regulations apply to this procurement to any greater extent just by virtue of the publication of the notice or utilisation of a particular procurement process.
The Awarding Authority is supported and advised in the Procurement by its procurement partner NHS Commercial Solutions (NHSCS) which is managing this procurement.