Awarded contract

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

  • Countess of Chester Hospital NHS Foundation Trust
  • Eligible users can be viewed at https://www.coch-cps.co.uk/

F03: Contract award notice

Notice reference: 2023/S 000-004279

Published 10 February 2023, 6:39pm



Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UKD63 - Cheshire West and Chester

Internet address(es)

Main address

https://www.coch.nhs.uk/

one.1) Name and addresses

Eligible users can be viewed at https://www.coch-cps.co.uk/

UK

Email

info@coch-cps.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.coch.nhs.uk/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

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

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

Reference number

F/044/OSMCS/21/IB

two.1.2) Main CPV code

  • 85111000 - Hospital services

two.1.3) Type of contract

Services

two.1.4) Short description

The NHS is facing a period of intense pressure to reduce waiting lists. Trusts are looking towards innovative solutions to help reduce their referral to treatment times and increase efficiency through better utilisation of their existing facilities.

NHS Trusts may find it difficult to meet referral to treatment (RTT) targets due to lack of capacity. Locum staff can fill gaps but Trusts still need to manage the patient pathway which may not be possible outside normal hours (e.g. evenings & weekends). On-site Surgical and Medical Capacity Solutions (sometime known as “Insourcing”) will act in a complementary way to partially or totally manage the Pathway for referred Patients.

This Flexible Framework will facilitate maximisation of in-house capacity to a level that the Participating Authorities can reduce the need for additional mobile facilities and outsourcing. At the same time, in-patient and out-patient waiting times will be reduced, referrals will be expedited, service quality will be improved and patient satisfaction will be positively impacted.

The Countess of Chester Hospital NHS Foundation Trust’s Commercial Procurement Service has introduced a new, flexible commercial Framework which will allow UK public bodies to procure on-site surgical and medical capacity solutions. This will enable Participating Authorities to act quickly in realising efficiencies.

The services in scope of this procurement process are healthcare services which fall under ‘social and other specific services’ in Section 7 of the Public Contracts Regulations 2015 (‘PCR’) (as amended). In accordance with Regulation 76 PCR, the process set up a framework agreement and followed a procedure similar to the open procedure. However, the Framework Manager and the contracting authorities using the framework are only bound by the parts of the PCR that specifically apply to social and other specific services.

For the avoidance of doubt, the rules that apply to the open procedure under Regulation 27 and framework agreements under Regulation 33 do not apply to this procurement. All providers that meet the minimum requirements set out under the procurement process will be appointed to the framework agreement. There will be no maximum number of providers appointed.

The procurement process has resulted in the award of a number of framework agreements with no guaranteed level of spend.

This supplemental award notice concerns the conclusion of framework agreements that were overlooked at the time of the initial award notice.

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: £1

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The overall aims of the Services are to provide NHS Organisations with fully compliant solutions which supplement the delivery of patient care by NHS Organisations in line with the NHS’ core Key Performance Indicators and standards including but not limited to:

• A&E 4 hour wait targets;

• elective 18 week Referral to Treatment targets;

• cancelled procedures targets;

• bed availability and utilisation targets;

• timely and appropriate diagnostic testing targets;

• urgent 2 week GP referral rules for suspected cancer; and

• any core targets and standards introduced over the term of this framework.

The Services will aim:

• To provide high quality support that can be called upon at relatively short notice.

• To prevent inappropriate waiting times for patients and assist NHS Organisations in meeting national targets and guidelines.

• To enable delivery of a Patient Pathway from referral to treatment that removes unnecessary delay in treatment.

• To deliver treatment that is safe and effective in facilities that are owned and operated by an NHS Organisation (that is to deliver an “insourcing” service).

• To establish a positive working relationship between an NHS Organisation and the Supplier to facilitate and maximise service delivery, the emphasis being on timely, quality, cost effective, evidence-based care, with appropriate clinical protocols and audit where possible.

• To provide medical, nursing or other staff as a part of the Services to perform clinical and support activities, including therapies and administration.

• To help Trusts to avoid unnecessary, inappropriate primary and secondary referrals.

• To provide tailored audit and review processes with national and locally agreed Key Performance Indicators.

The Services will cover the full range of Surgical and Medical specialties and sub-specialities, including but not limited to:

• Surgical specialties

o Cardiothoracic

o General

o Neurosurgery

o Oral & maxillofacial (including minor oral surgery)

o Ophthalmic

o Otolaryngology (ENT)

o Paediatric

o Plastic

o Trauma & orthopaedic

o Urology

o Vascular

• Medical specialties

o Anaesthesia

o Clinical oncology

o Clinical radiology

o Emergency medicine

o Intensive care medicine

o Medicine

o Acute internal medicine

o Allergy

o Audiovestibular medicine

o Cardiology

o Clinical Genetics

o Clinical neurophysiology

o Clinical pharmacology and therapeutics

o Dermatology

o Endocrinology and diabetes

o Gastroenterology

o General internal medicine

o Genitourinary medicine

o Geriatric medicine

o Immunology

o Infectious diseases

o Medical oncology

o Medical ophthalmology

o Neurology

o Nuclear Medicine

o Otolaryngology (ENT)

o Palliative medicine

o Pharmaceutical medicine

o Rehabilitation medicine

o Renal medicine

o Respiratory medicine

o Rheumatology

o Sport and exercise medicine

o Stroke medicine

o Tropical medicine

o Obstetrics and gynaecology

o Occupational medicine

o Ophthalmology

o Paediatrics

o Paediatric cardiology

o Paediatrics

o Pathology

o Chemical pathology

o Haematology

o Histopathology

o Medical microbiology and virology

o Psychiatry

o Child and adolescent psychiatry

o Forensic psychiatry

o General psychiatry

o Liaison psychiatry

o Medical psychotherapy

o Old age psychiatry

o Psychiatry of intellectual disability

The Supplier will offer managed solutions covering full or partial Patient Pathways (e.g. outpatients, diagnostics, surgery, ward, administration). The extent to which the Supplier manages Patient Pathways will be agreed with the NHS Organisation and described in the Call Off Contract Project Specification. Any prescribing requirement will be agreed with the NHS Organisation and described in the Call Off Contract Specification.

The Services may include Patient Pathway management tools, such as digital pathway management and digital triage solutions.

The Services may include the sourcing by the Supplier of additional high quality capital equipment and/or infrastructure upgrades.

two.2.5) Award criteria

Quality criterion - Name: Project management approach / Weighting: 30

Quality criterion - Name: Corporate governance / Weighting: 30

Quality criterion - Name: Clinical governance / Weighting: 30

Cost criterion - Name: Commercial / Weighting: 10

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-014621


Section five. Award of contract

Contract No

16

Title

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 January 2022

five.2.2) Information about tenders

Number of tenders received: 28

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

five.2.3) Name and address of the contractor

BCSZ Ltd

Sutton Coldfield

Country

United Kingdom

NUTS code
  • UKG3 - West Midlands
The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £1

Total value of the contract/lot: £1


Section five. Award of contract

Contract No

17

Title

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 July 2022

five.2.2) Information about tenders

Number of tenders received: 28

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

five.2.3) Name and address of the contractor

Fortify Clinic Limited

Manchester

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £1

Total value of the contract/lot: £1


Section five. Award of contract

Contract No

18

Title

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 January 2022

five.2.2) Information about tenders

Number of tenders received: 28

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

five.2.3) Name and address of the contractor

Healthcare Business Solutions (UK) Limited

Nottingham

Country

United Kingdom

NUTS code
  • UKF14 - Nottingham
The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £1

Total value of the contract/lot: £1


Section five. Award of contract

Contract No

19

Title

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 January 2022

five.2.2) Information about tenders

Number of tenders received: 28

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

five.2.3) Name and address of the contractor

Your World Recruitment Limited

London

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £1

Total value of the contract/lot: £1


Section six. Complementary information

six.3) Additional information

This notice corrects the omission of awarded suppliers from the original award notice.

six.4) Procedures for review

six.4.1) Review body

Countess of Chester Hospital NHS Foundation Trust

Chester

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Countess of Chester Hospital NHS Foundation Trust

Chester

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Countess of Chester Hospital NHS Foundation Trust

Chester

Country

United Kingdom