Award

111 Resilience Partner Contract - HUC

LONDON AMBULANCE SERVICE NHS TRUST

This public procurement record has 1 release in its history.

Award

16 Apr 2024 at 16:40

Summary of the contracting process

The London Ambulance Service NHS Trust has awarded a contract to Herts Urgent Care for the "111 Resilience Partner Contract." This contract falls under the Health services industry category and pertains to the provision of services. The procurement stage was completed through a limited Award procedure without prior publication of a call for competition. The key decision makers within the Integrated Urgent Care department and Procurement have selected Herts Urgent Care based on specific criteria. The contract is intended to last for 2 years, from April 2024 to March 2026.

This contract presents opportunities for businesses in the health services sector to engage in partnership working to deliver high-quality care services. Companies well-suited to compete in this tender are those with experience in call handling, clinical assessment, training, and service development within the healthcare industry. The procurement process focuses on quality, innovation, value, social value, integration, collaboration, and service sustainability, creating avenues for business growth through collaboration and innovation in service delivery.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

111 Resilience Partner Contract - HUC

Notice Description

HUC and LAS will work in partnership to support the safe, effective and efficient delivery of the LAS 111 Clinical Assessment Service.<br/><br/>Both providers will work within Integrated Urgent Care (IUC) National guidelines and deliver all services using NHS Pathways systems in<br/>accordance with licence regulations.<br/><br/>This contract will provide increased resilience and business continuity for LAS in the provision of 111 IUC, which is operationally efficient, to best serve the interests of the patients across London

Lot Information

Lot 1

Provision of service from HUC to LAS include

a. Call Answering - receipt of 111 calls for patients covered by either party contracts using NHS Pathways assessment tool and locally agreed pathways by ringfenced staff dedicated to supply the contract
b. Clinical Assessment - having a dedicated team of clinicians working across clinical queues to support high quality care using NHS Pathways assessment tool and locally agreed pathways
c. Training - to allow combined training courses and/or sharing of trainers to allow increased access to NHS Pathways training for staff in both organisations.
d. Service Development - partnership working to increase quality of care and shared learning in relation to a range of service areas i.e. Remote Working, Audit and support in any future development. Any changes to the scope of delivery or costs will be agreed through a variation order and LAS governance processes.

Operating hours

a. The Provider call centre shall be open for calls 24/7, with agreement of timing of service agreed as part of the activity planning process. (Further amendments to the provision shall be discussed by the parties and agreed in writing between the parties).

Call Process
a. Calls will be routed into an agreed Provider number from the relevant NHS 111 service
b. Call centre staff shall take the specified action as required by the Call Script and Decision Protocol based on the answers received from the caller.
c. It is required that calls are recorded. The Provider staff shall then follow the outcomes from the Call Script and Decision Protocol.

Resourcing
a. Service Provider staff shall receive induction training from the Provider to familiarise the staff with the Decision Protocol, FAQ list and Call Script
b. Staff must be fully compliant with the standards and preemployment checks stipulated by London Ambulance NHS Trust on request.
c. Provider must have relevant policies and procedures in place to maintain the wellbeing of staff
d. The Provider must record and make available for inspection, on reasonable request by the provider, for all staff working within the provider services:

Verification of Identity - the Provider has collected appropriate evidence to determine that the identity of the individual is genuine and relates to a real person. This area is also concerned with establishing that the individual owns and is rightfully using the identity that they are presenting with.

Right to Work - the Provider is able to demonstrate that it is satisfied that the individual has the right to enter or remain in the United Kingdom, that any leave that has been granted is valid and subsisting and that the individual is allowed to take up employment in the United Kingdom.

Employment History - references covering at least 3 years of recent employment history, ideally 5 years, should be evidenced to ensure the accuracy of any stated employment and to provide reassurance of the individual's integrity.

Disclosure & Barring Service ("DBS") - the Provider must evidence that DBS checks are undertaken for all such individuals in line with the DBS guidelines and/or the relevant Codes of Practice.

IG Training / Data Protection

Safeguarding - Call Handling & Direct Patient Contact Role. = Level 2; Clinical staff - Level 3.

Intention of award:
London Ambulance Service are intending to award a contract an existing provider following direct award process C of the Provider Selection Regime.

Lifetime of contract:
2 years (with break clause notice of 6 months). April 2024 - March 2026

Award criteria:

The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard

Procurement Information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by Friday 26th April. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0452d6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012425-2024
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£9,700,000 £1M-£10M

Notice Dates

Publication Date
16 Apr 20241 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
9 Apr 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LONDON AMBULANCE SERVICE NHS TRUST
Contact Name
Kitty Whitehead
Contact Email
londamb.purchasing.requests@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 8SD
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
TLI London

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

Supplier Information

Number of Suppliers
1
Supplier Name

HERTS URGENT CARE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0452d6-2024-04-16T17:40:46+01:00",
    "date": "2024-04-16T17:40:46+01:00",
    "ocid": "ocds-h6vhtk-0452d6",
    "description": "This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by Friday 26th April. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.<br/><br/>The key decision makers within the Integrated Urgent Care department and Procurement have all signed a Conflict of Interest Declaration and no conflicts were identified.<br/><br/>London Ambulance Service (LAS) has used the following key criteria to make the decision to award a new contract to HUC.<br/><br/>Quality and innovation - 25%<br/>Value - 25%<br/>Improving access, reducing health inequalities and facilitating choice - 20%<br/>Integration, collaboration and service sustainability - 20%<br/>Social value - 10%<br/><br/>The most important criteria for this contract are Quality & Innovation and Value and so have each been given 25% weighting. This is in line with the nature of the contract which is to provide up to 10% of call answering support, adhering to the high standards and providing clinical oversight for the LAS and the importance of ensuring Value for money. Due to the nature of the service as a low carbon generator, social value has been reduced to 10%. The remaining criteria are of moderate importance have the weighting set at 20%.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0452d6",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "111 Resilience Partner Contract - HUC",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "HUC and LAS will work in partnership to support the safe, effective and efficient delivery of the LAS 111 Clinical Assessment Service.<br/><br/>Both providers will work within Integrated Urgent Care (IUC) National guidelines and deliver all services using NHS Pathways systems in<br/>accordance with licence regulations.<br/><br/>This contract will provide increased resilience and business continuity for LAS in the provision of 111 IUC, which is operationally efficient, to best serve the interests of the patients across London",
        "lots": [
            {
                "id": "1",
                "description": "Provision of service from HUC to LAS include<br/><br/>a. Call Answering - receipt of 111 calls for patients covered by either party contracts using NHS Pathways assessment tool and locally agreed pathways by ringfenced staff dedicated to supply the contract<br/>b. Clinical Assessment - having a dedicated team of clinicians working across clinical queues to support high quality care using NHS Pathways assessment tool and locally agreed pathways <br/>c. Training - to allow combined training courses and/or sharing of trainers to allow increased access to NHS Pathways training for staff in both organisations.<br/>d. Service Development - partnership working to increase quality of care and shared learning in relation to a range of service areas i.e. Remote Working, Audit and support in any future development. Any changes to the scope of delivery or costs will be agreed through a variation order and LAS governance processes.<br/><br/>Operating hours<br/><br/>a. The Provider call centre shall be open for calls 24/7, with agreement of timing of service agreed as part of the activity planning process. (Further amendments to the provision shall be discussed by the parties and agreed in writing between the parties).<br/><br/>Call Process<br/>a. Calls will be routed into an agreed Provider number from the relevant NHS 111 service<br/>b. Call centre staff shall take the specified action as required by the Call Script and Decision Protocol based on the answers received from the caller.<br/>c. It is required that calls are recorded. The Provider staff shall then follow the outcomes from the Call Script and Decision Protocol.<br/><br/>Resourcing<br/>a. Service Provider staff shall receive induction training from the Provider to familiarise the staff with the Decision Protocol, FAQ list and Call Script<br/>b. Staff must be fully compliant with the standards and preemployment checks stipulated by London Ambulance NHS Trust on request.<br/>c. Provider must have relevant policies and procedures in place to maintain the wellbeing of staff<br/>d. The Provider must record and make available for inspection, on reasonable request by the provider, for all staff working within the provider services:<br/><br/>Verification of Identity - the Provider has collected appropriate evidence to determine that the identity of the individual is genuine and relates to a real person. This area is also concerned with establishing that the individual owns and is rightfully using the identity that they are presenting with.<br/><br/>Right to Work - the Provider is able to demonstrate that it is satisfied that the individual has the right to enter or remain in the United Kingdom, that any leave that has been granted is valid and subsisting and that the individual is allowed to take up employment in the United Kingdom.<br/><br/>Employment History - references covering at least 3 years of recent employment history, ideally 5 years, should be evidenced to ensure the accuracy of any stated employment and to provide reassurance of the individual's integrity.<br/><br/>Disclosure & Barring Service (\"DBS\") - the Provider must evidence that DBS checks are undertaken for all such individuals in line with the DBS guidelines and/or the relevant Codes of Practice.<br/><br/>IG Training / Data Protection<br/><br/>Safeguarding - Call Handling & Direct Patient Contact Role. = Level 2; Clinical staff - Level 3.<br/><br/>Intention of award:<br/>London Ambulance Service are intending to award a contract an existing provider following direct award process C of the Provider Selection Regime.<br/><br/>Lifetime of contract:<br/>2 years (with break clause notice of 6 months). April 2024 - March 2026<br/><br/>Award criteria: <br/><br/>The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard",
                            "type": "cost",
                            "description": "100"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85100000",
                        "description": "Health services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by Friday 26th April. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR"
    },
    "awards": [
        {
            "id": "012425-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-111067",
                    "name": "Herts Urgent Care"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-184",
            "name": "London Ambulance Service NHS Trust",
            "identifier": {
                "legalName": "London Ambulance Service NHS Trust"
            },
            "address": {
                "streetAddress": "220 Waterloo Road",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE1 8SD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kitty Whitehead",
                "email": "londamb.Purchasing.Requests@nhs.net"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.londonambulance.nhs.uk",
                "buyerProfile": "https://www.londonambulance.nhs.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111067",
            "name": "Herts Urgent Care",
            "identifier": {
                "legalName": "Herts Urgent Care"
            },
            "address": {
                "streetAddress": "The Old Ambulance Station, Ascots Lane",
                "locality": "Welwyn Garden City",
                "region": "UKH2",
                "postalCode": "AL7 4HL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 8082609934"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.hucweb.co.uk",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-184",
        "name": "London Ambulance Service NHS Trust"
    },
    "contracts": [
        {
            "id": "012425-2024-1",
            "awardID": "012425-2024-1",
            "status": "active",
            "value": {
                "amount": 9700000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-10T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}