Contract

Intergrated Respiratory Services - SWH

  • NHS Hertfordshire and West Essex Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-006579

Procurement identifier (OCID): ocds-h6vhtk-04e601

Published 21 February 2025, 10:36am



Section one: Contracting authority

one.1) Name and addresses

NHS Hertfordshire and West Essex Integrated Care Board

Charter House Parkway

Welwyn Garden City

AL8 6JL

Contact

Procurement Team

Email

hweicbhv.procurementteam@nhs.net

Country

United Kingdom

Region code

UKH23 - Hertfordshire

NHS Organisation Data Service

NHS Hertfordshire and West Essex Integrated Care Board

Internet address(es)

Main address

https://www.hertsandwestessex.icb.nhs.uk/

Buyer's address

https://www.hertsandwestessex.icb.nhs.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

Intergrated Respiratory Services - SWH

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

West Hertfordshire Teaching Hospital NHS Trust and Central London Community Healthcare NHS Trust provide both acute and community Respiratory Services for patients with Respiratory conditions across all four localities in South and West Herts place. The Integrated Respiratory Service will provide a multi-disciplinary hub, enabling assessment, diagnosis and management of patients with respiratory conditions in SWH. The service will provide access to multi-disciplinary team assessment, diagnostics, and treatment, improving the quality of care for patients. It focuses on clearly defined clinical pathways, GP support, advice and guidance and education. This service facilitates a truly integrated model of care enabling a resilient healthcare system for the future. To confirm as per the PSR direct award process C, the existing providers are satisfying the existing contracts, delivering a good service, meeting all KPIs, with no quality concerns and good outcomes and has very good feedback from GPs and patients and are likely to satisfy the new contracts. The proposed contracting arrangements are not changing from the existing contracts.

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: £18,650,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

West Hertfordshire Teaching Hospital NHS Trust and Central London Community Healthcare NHS Trust provide both acute and community Respiratory Services for patients with Respiratory conditions across all four localities in South and West Herts place. The Integrated Respiratory Service provides a multi-disciplinary hub, enabling assessment, diagnosis and management of patients with respiratory conditions in SWH. The service will provide access to multi-disciplinary team assessment, diagnostics, and treatment, improving the quality of care for patients. It focuses on clearly defined clinical pathways, GP support, advice and guidance and education. This service facilitates a truly integrated model of care enabling a resilient healthcare system for the future.

Central London Community Healthcare Trust were awarded a 5-year contract which commenced in October 2014 with an option to extend for another two years. This option was activated, and the contract end date was extended to end October 2021. The ICB Commissioning Committee has approved a number of extensions from the contract end date to 31 March 2025 with a cumulative value of £33,570,000. This has enabled HWE ICB, to work with the SWH Health Care Partnership to develop a new model of integrated respiratory care for our population. The new service model will be provided by our two incumbent providers West Hertfordshire Teaching Hospitals Trust and CLCH. It has also allowed time for the ICB and HCP to identify the workforce and associated financial envelope required to delivery a truly integrated respiratory service which is sustainable and future proofed for the term of the new contract.

The new contract will be from 1 April 2025 to 31 March 2028 for three years, with the option to extend for a further two years from 1 April 2028 to 31 March 2030

The maximum value of the new contract is £3,730,000 per annum. Should the optional extension be used, the maximum contract value for the 5-year period is £18,650,000.

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard with the weighting 100. / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for a further two years from 1 April 2028 to 31 March 2030


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:

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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 5th March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

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

The procurement is covered by the Government Procurement Agreement: Yes


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

21 February 2025

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

Central London Community NHS Trust

Ground Floor, Community Healthcare NHS Trust, Central, 15 Marylebone Rd,

London

NW1 5JD

Country

United Kingdom

NUTS code
  • UKI - London
NHS Organisation Data Service

Central London Community NHS Trust

The contractor is an SME

No

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

Total value of the contract/lot: £1,865,000


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

21 February 2025

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

West Hertfordshire Hospitals Teaching NHS Trust

Watford General Hospital, Vicarage Road Watford

Hertfordshire

WD18 0HB

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
NHS Organisation Data Service

West Hertfordshire Hospitals Teaching NHS Trust

The contractor is an SME

No

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

Total value of the contract/lot: £18,650,000


Section six. Complementary information

six.3) Additional 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 decision makers by 5th March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Any written representations should be sent to: hweicbhv.procurementteam@nhs.net

The decision was made at the HWE ICB Strategic Finance and Commissioning Committee, September 2024.

There were no conflicts of interest identified.

The decision to award this contract in line with Direct Award Process C was based on evaluation against the five required key criteria as follows:

• Quality and Innovation - Assured - HWE ICB are assured that the provider is delivering a safe and effective service as required by the specification and contract they are currently delivering.

• Value - Assured - HWE ICB are assured that the provider is delivering value to the Health & Care Partnership integrated care system.

• Integration, Collaboration and Service Sustainability - Assured - HWE ICB are assured that the provider is positively impacting on the integrated care system through their integration and collaboration delivered as a requirement of the specification or alternative elements linked to the delivery.

• Improving Access, Reducing Health Inequalities and Facilitating Choice - Assured - HWE ICB are assured that the provider is meeting needs of the population to ensure equitable access and choice as required by the specification and contract.

• Social Value - Assured - HWE ICB are assured that the provider is delivering in line with the HWE Green Plan, supporting with the implementation of carbon reduction and increase in initiatives which positively impact on the wider determinants of health.

six.4) Procedures for review

six.4.1) Review body

NHS Hertfordshire and West Essex Integrated Care Board

Charter House Parkway

Welwyn Garden City

AL8 6JL

Country

United Kingdom

Internet address

https://www.hertsandwestessex.icb.nhs.uk/