NECS523 NEAS Third-Party 111 Online and Primary Care Speak To Services CP

A Contract Award Notice
by NORTH EAST AMBULANCE SERVICES NHS FOUNDATION TRUST

Source
Find a Tender
Type
Contract (Services)
Duration
4 year (est.)
Value
£3M-£3M
Sector
HEALTH
Published
08 Aug 2025
Delivery
To 08 Aug 2029 (est.)
Deadline
n/a

Concepts

Location

Newcastle upon Tyne

Geochart for 1 buyers and 3 suppliers

1 buyer

1 supplier

Description

This is an INTENTION TO AWARD Notice following The Health Care Services (Provider Selection Regime) Regulations 2023 - Competitive Process. North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of The North East Ambulance Service NHS Foundation Trust (the Relevant Authority) who have undertaken a competition process to provide a Framework for Third-Party 111 Online and Primary Care Speak To (PCST) Services. Contract Start Date: 01 October 2025 Contract End Date: 30 September 2029 The contract term is for an initial period of 2 years, with an option to extend for a further 2 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

Lot Division

1 111 Online Services (North East Wide)

This is an intention to award notice to advise that the relevant authority intends to award a contract under a competitive process under the Health Care Services (Provider Selection Regime) regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award. … 111 Online Services (North East Wide) This is a new service.

2 Primary Care Speak To Dispositions (Northumberland, North Tyneside and Newcastle)

This is an intention to award notice to advise that the relevant authority intends to award a contract under a competitive process under the Health Care Services (Provider Selection Regime) regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award. … Primary Care Speak To Dispositions (Northumberland, North Tyneside and Newcastle) This is a new service.

3 Primary Care Speak To Dispositions (North Durham, Durham Dales, Easington and Sedgefield, Darlington)

This is an intention to award notice to advise that the relevant authority intends to award a contract under a competitive process under the Health Care Services (Provider Selection Regime) regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award. … Primary Care Speak To Dispositions (North Durham, Durham Dales, Easington and Sedgefield, Darlington) This is a new service.

Award Detail

1 Dhu Healthcare (Derby)
  • 111 Online Services (North East Wide)
  • Num offers: 4
  • Value: £3,128,000
2 Dhu Healthcare (Derby)
  • Primary Care Speak To Dispositions (Northumberland, North Tyneside and Newcastle)
  • Num offers: 5
  • Value: £2,560,000
3 Dhu Healthcare (Derby)
  • Primary Care Speak To Dispositions (North Durham, Durham Dales, Easington and Sedgefield, Darlington)
  • Num offers: 6
  • Value: £3,180,000

Award Criteria

Key Criteria 1: Quality and Innovation 35.0
Key Criteria 2: Integration, Collaboration and Service Sustainability 15.0
Key Criteria 3: Improving Access, Reducing Health Inequalities and Facilitating Choice 10.0
Key Criteria 4: Social Value 10.0
Key Criteria 5: Value (Price) 30.0

CPV Codes

  • 85000000 - Health and social work services

Indicators

  • Award on basis of price and quality.

Other Information

The Relevant Authority assessed the five key criteria against the service requirements and determined the relative importance of each, as outlined above and detailed within the provider response documentation. The contract award criteria are specified in the provider response documents. 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 Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. A contract will not be awarded until after the 9th working day following standstill. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on 20 August 2025. Any representations should be sent via the Atamis messaging portal and/or via email to necsu.neprocurement@nhs.net The individual(s) making the award decision are: • North East Ambulance Service NHS Foundation Trust (NEAS) Performance and Finance Committee • Head of Planning and Performance • Assistant Director of Contracting and Performance • Deputy Director of Quality and Safety • Assistant Director of Quality and Safety • Deputy Director of Paramedicine • EOC Systems and Resilience Manager • IM&T Systems Manager • Head of Informatics • Head of 111 and IUC CAS • Clinical Service Manager - IUC CAS There were no declared of potential conflicts of interest of individuals making the award decision. Conflicts of interest were completed by all involved in the process and no potential conflicts were identified. The scoring criteria for the Basic Selection Criteria Questions were either evaluated as Pass/Fail or For Information. The Relevant Authority considered the five key criteria against the service requirements and determined the relative importance of each, as outlined below and detailed within in the provider response documentation. Quality and Innovation - 35% Value (price) - 30% Integration, Collaboration and Service Sustainability - 15% Improving Access, Reducing Health Inequalities and Facilitating Choice - 10% Social Value - 10% The successful provider (preferred lot supplier) for each lot was selected based on offering the most advantageous Provider response by scoring the highest combined score for quality (key criteria) and finance, evaluated against the published evaluation criteria as detailed within the provider response documentation. As a result, they are the recommended provider and have been awarded the contract, subject to final agreement. Accredited Framework suppliers not achieving 'preferred Lot supplier' status will not be issued with a sub-contract by the Trust, however they will be retained as 'accredited Framework suppliers' throughout the term and may be utilised by the Trust to provide a) contingency cover in the event of a failure of the 'preferred Lot supplier', b) short-term surge capacity during times of peak demand, and c) support for bespoke capacity initiatives and pilot projects if required from time to time. The following providers passed all elements of the tender technical response and financial model template and were awarded accredited framework supplier status: Lot 1 - Vocare Lot 2 - Practice Plus Group, Vocare Lot 3 - County Durham and Darlington NHS Foundation Trust, Practice Plus Group, Vocare

Reference

Domains