Section one: Contracting authority
one.1) Name and addresses
Hull University Teaching Hospitals NHS Trust
Hull Royal Infirmary, Anlaby Road
Hull
HU3 2JZ
Contact
Neil Dodds
Telephone
+44 1723236139
Country
United Kingdom
Region code
UKE11 - Kingston upon Hull, City of
Internet address(es)
Main address
Buyer's address
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
Provision of Insourced ENT OP Services - HUTH
Reference number
C321158
two.1.2) Main CPV code
- 85121240 - ENT or audiologist services
two.1.3) Type of contract
Services
two.1.4) Short description
PSR Competitive Procedure for the Provision of Insourced ENT OP Services - HUTH
Contract for the period 01/04/2025 to 31/03/2026 with option to extend for a further 3 months.
Estimated contract value £500,000 for the initial 12 month term (£625,000 inc. 3mth extension option).
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: £625,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85121240 - ENT or audiologist services
two.2.3) Place of performance
NUTS codes
- UKE11 - Kingston upon Hull, City of
Main site or place of performance
Sites of Hull University Teaching Hospitals NHS Trust
two.2.4) Description of the procurement
This is a notice of intention to award a contract under the Health Care Services (Provider Selection Regime) Regulations 2023, Competitive Process to DMC Healthcare Ltd. whose registered office is at 60 Chadwick Road, Peckham London SE15 4PU - the successful bidder.
The contract is for insourced ENT OP services - CPV code 85121240-7 ENT or Audiologist Services.
The contract is for the period from 01/04/2025 to 31/03/2026 with an option to extend for a further 3 months. The estimated lifetime value of the contract including the extension option is £625,000.
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
Open procedure
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: 2024/S 000-037257
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
27 February 2025
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
DMC Healthcare Ltd
London
Telephone
+44 2076351012
Country
United Kingdom
NUTS code
- UKI44 - Lewisham and Southwark
Internet address
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: £625,000
Total value of the contract/lot: £625,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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 no later than midnight 12/03/2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the Competitive Process of the PSR. Written representations should be sent to Neil Dodds - neil.dodds1@nhs.net
The award criteria and weightings used to evaluate bids were detailed in the tender documentation provided through the Atamis e-procurement portal. The decision to award the contract to the successful bidder is the result of evaluation of all bids received against the published service specification and award criteria.
The award decision was made by the Group Chief Financial Officer and Interim Group Chief Delivery Officer.
There were no conflicts of interest identified.
six.4) Procedures for review
six.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
internationalrelationsjudicialoffice@judiciary.uk
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
internationalrelationsjudicialoffice@judiciary.uk
Country
United Kingdom