Contract

Routine Elective Care Services for NHS Herefordshire & Worcestershire Clinical Commissioning Group

  • NHS Midlands and Lancashire CSU

F03: Contract award notice

Notice identifier: 2022/S 000-002758

Procurement identifier (OCID): ocds-h6vhtk-031160

Published 31 January 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Midlands and Lancashire CSU

Heron House, 120 Grove Road

Stoke on Trent

ST4 4LX

Email

lyle.lloyd@nhs.net

Telephone

+44 7557487934

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

https://mlcsu.bravosolution.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Routine Elective Care Services for NHS Herefordshire & Worcestershire Clinical Commissioning Group

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Herefordshire & Worcestershire Clinical Commissioning Group sought Independent Sector Providers to provide extra capacity for the local recovery of routine elective care services post covid-19.

A contract was awarded to Nuffield Health Hereford Hospital by NHS Herefordshire & Worcestershire Clinical Commissioning Group to provide NHS patients in the Clinical Commissioning Group's locality with a clinically safe and effective routine elective outpatient, day case and in-patient service that is responsive to their needs.

The contract duration is 18 months (from 1st October 2021 to March 31st 2023) to facilitate stabilisation of the system on a number of levels. This allows Herefordshire & Worcestershire Integrated Care System sufficient time to settle in as from 1st April 2022; sufficient time for resources to optimise post covid-19; and further time to consider potential future procurement options within redesigned care pathways.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,445,602

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG11 - Herefordshire, County of
  • UKG12 - Worcestershire
Main site or place of performance

The counties of Herefordshire & Worcestershire.

two.2.4) Description of the procurement

The Commissioner requires an Independent Sector Provider to deliver the following:

To provide NHS patients with a clinically safe and effective routine elective outpatient, day case and in-patient service that is responsive to their needs.

• To ensure the availability and range of elective surgical providers to improve choice for patients.

• To stimulate improved efficiencies in NHS providers through collaborative working.

• To reduce the need to spot purchase from the independent sector.

• To offer services in protected elective surgical beds which are not affected by emergency demands.

The Commissioner requires the service provider to deliver the following services:-

• New Outpatient appointments

• Follow-up Outpatient appointments

• Outpatient procedures

• Day case procedures

• Inpatient procedures

The provider will perform activity within the following specialties in line with the Exclusion Criteria, as set out in the Service Specification, and in line with the host Commissioner’s Commissioning Policies:-

• ENT

• General Surgery

• Gynaecology

• Gastroenterology

• Orthopaedics

• Ophthalmology

• Urology

• Physiotherapy

Aims:

The overall aims of this service are:

• To deliver a high-quality routine elective service that meets the needs of NHS patients locally.

• To ensure patients receive appropriate assessment, diagnosis and treatment in a timely manner which helps reduce or prevent long term disability from their condition.

• To ensure that patients are only treated where clinically appropriate and in accordance with the patient’s host Commissioner’s Commissioning Policies.

• To achieve a maximum waiting time of 18 weeks from GP referral to commencement of treatment (noting this requirement has been impacted by the UKs Government's policy response to covid-19).

• To provide timely access to any required diagnostic services e.g. X-ray, Pathology, Magnetic resonance imaging (MRI), Ultrasound within four weeks of assessment including reports. To ensure every referral follows a pathway as agreed with the Commissioner that optimises both the patient outcome and use of resources.

• To offer choice of appointment with a directly bookable service at the point of referral.

• To demonstrate equity of access in the delivery of this service.

• To deliver a high-quality safe service compliant with all NHS regulations.

• To deliver services within a key performance indicator framework.

two.2.5) Award criteria

Price

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The UK Government's policy in response to covid-19 initially gave rise to a situations of extreme urgency brought about by unforeseeable events. Following this, it became vital for NHS organisations to build in extra capacity locally for the recovery of the routine elective care services (and the wider healthcare system) post covid-19. The award of this contract is a follow-on contract from previous arrangements, and so the necessary linkage with current pathways is already established locally to ensure minimum disruption to the patient whilst urgent catch-back on resources and capacity is established.

The contract duration for this directly awarded contract was subject to detailed discussions by the contracting authority and it was agreed that a period of 18 months (from 1st October 2021 to 31st March 2023) would be advisable to facilitate system stabilisation on a number of levels. This would allow the new structure of the Herefordshire & Worcestershire Integrated Care System time to settle in; time for resources to be optimized post covid-19; and time to consider future potential procurement options within redesigned care pathways. The estimated value for this period of time is circa £3,445,602.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 September 2021

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Nuffield Health Hereford Hospital

Venns Lane

Hereford

HR1 1DF

Country

United Kingdom

NUTS code
  • UKG11 - Herefordshire, County of
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,445,602


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NHS Herefordshire and Worcestershire CCG

The Coach House, John Comyn Drive, Perdiswell,

Worcester

WR3 7NS

Country

United Kingdom