Contract

Warrington Dermatology Service - Direct Award Process C

  • BRIDGEWATER COMMUNITY HEALTHCARE NHS FOUNDATION TRUST

F03: Contract award notice

Notice identifier: 2025/S 000-010487

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

Published 20 March 2025, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

BRIDGEWATER COMMUNITY HEALTHCARE NHS FOUNDATION TRUST

Spencer House 81A Dewhurst Road

Warrington

WA37PG

Contact

Sarah Davies

Email

sarah.davies133@nhs.net

Telephone

+44 1925662565

Country

United Kingdom

Region code

UKD61 - Warrington

NHS Organisation Data Service

RY2

Internet address(es)

Main address

https://bridgewater.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

Warrington Dermatology Service - Direct Award Process C

two.1.2) Main CPV code

  • 85121282 - Dermatology services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Insourcing Services for Dermatology - '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.

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: £1,500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121282 - Dermatology services

two.2.3) Place of performance

NUTS codes
  • UKD61 - Warrington

two.2.4) Description of the procurement

Provision of Insourcing Services for Dermatology - '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 value of the contract is £1,539,200. The services are to be provided from 01/01/2025 - 31/03/2026

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 / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: 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:

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 1st April 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: 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

20 March 2025

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

Intersource Medical Services Ltd

1a Garforth Place

Milton Keynes

MK5 8PG

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
Companies House

08086686

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: £1,500,000

Total value of the contract/lot: £1,500,000


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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 1st April 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to bchft.procurement@nhs.net

Declared and potential conflicts of interest were assessed and none were identified.

Decision Makers are the board of Bridgewater Community Healthcare NHS Foundation Trust.

The rationale for the relative importance of the key criteria, and the rationale for choosing the provider with reference to the key criteria is explained below:

1. Quality and innovation- 30%

The service provided by the incumbent over the last 12 months has been of a very high standard. There have been no episodes where they haven't been able to provide what has been agreed in the service model outline. They have provided clinicians who are suitably qualified to the standard that we have requested and on occasions above and beyond i.e MOHS Surgeons. They have provided clinicians for both 2 week wait , routine and surgical patients. There have been no clinical complaints or incidences of underperformance throughout the delivery of this service. Intersource have ensured innovative developments throughout the service delivery by effectively identifying any bottlenecks within the service and potential areas of waste in relation to resources. This has ensured improved patient pathways and developed a more cost-effective service for us

2. Value - 30%

Spend has been significantly reduced via the insourcing arrangement. Taking all factors into consideration the value for money against our previous spend is substantial. By implementing an insourcing provision we have also decreased the overall agency spend for the organisation which has allowed the Trust to be compliant against the agency spend cap

3. Integration, Collaboration and service sustainability - 15%

The incumbent has provided us with an integrated and collaborative service throughout this contract as they have developed an in-depth understanding of our team and requirements through the clear communication channels established in the implementation process. Intersource Medical Services have worked closely with us throughout the service delivery to ensure that they understood the facilities available and the wider teams that may be involved in a patients care.

4. Improving access, reducing health inequalities, and facilitating choice - 15%

The current solution has allowed the Trust to provide a consistent dermatological service to all practices across Warrington and all residents within Warrington. As part of the face to face consultations, the consultants provide health advice around skin changes , safe sun access and generic skin advice to all. Intersource have worked with us to ensure that access is improved and expanded throughout the service provided.

5. Social Value - 10%

Intersource have ensured that throughout the contract delivery they have increased social value within their own activities and have therefore brought improvements to the economic, social and environmental wellbeing within the area of Warrington

six.4) Procedures for review

six.4.1) Review body

Bridgewater Community Healthcare NHS Foundation Trust

Warrington

Country

United Kingdom