Contract

Provision of Consultant Support to the Tier 3 Specialist Weight Management Service

  • Wirral Community Health & Care Trust

F03: Contract award notice

Notice identifier: 2024/S 000-012600

Procurement identifier (OCID): ocds-h6vhtk-045331

Published 18 April 2024, 9:24am



Section one: Contracting authority

one.1) Name and addresses

Wirral Community Health & Care Trust

Church Road

BIRKENHEAD

CH420LQ

Contact

Heather Thornton

Email

heather.thornton5@nhs.net

Telephone

+44 1515142888-6004

Country

United Kingdom

Region code

UKD74 - Wirral

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.wchc.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

Provision of Consultant Support to the Tier 3 Specialist Weight Management Service

two.1.2) Main CPV code

  • 85121200 - Medical specialist services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Consultant Support to the Tier 3 Specialist Weight Management Service as set out in II.2.4

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: £24,338

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Countess of Chester Hospital

two.2.4) Description of the procurement

• Consultant and Clinical Lead.

• Professional membership with the General Medical Council.

• Extensive experience.

• Be able to undertake weight management and bariatric

consultations in the same session.

• Record keeping be completed within allocated time.

• Attendance at bariatric MDT required.

• Ability to undertake both telephone and face to face

consultations.

• Ability to produce a report after the session.

• SystmOne trained preferable.

• Provider meets all the above requirements evidenced through

delivery of the current service and audit of qualifications

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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by 19/04/2024. 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

5 April 2024

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

The Countess of Chester Hospital NHS Foundation Trust

The Countess Of Chester Health Park Chester Cheshire

Chester

CH2 1HJ

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Justification for not providing organisation identifier

Not on any register

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: £24,338

Total value of the contract/lot: £24,338


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 19/04/2024 to heather.thornton5@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Details of the award decision-makers:

Fiona Sinnott

Specialist Services Manager

25/03/24

Karen Milnes

Service Director

25/03/24

Ben Banks

Head of Finance

02/04/2024

Tracy Smith

Head of Procurement

26/03/2024

Sharon Clunn

Deputy Director of Contracts & Commissioning

02/04/2024

Mark Greatrex

Chief Finance Officer

05/04/24

No conflicts or potential conflicts of interest of individuals making the decision were declared.

Basic criteria were identified by the service lead.

The Provider is judged to satisfy the basic selection criteria by the service lead and other assessors detailed below.

Key criteria were identified by the service lead.

The Provider is judged to satisfy the key criteria by the service lead and other assessors as detailed in the recommendation report

Weightings:

Criterion Weighting (out of 100)

Quality and innovation 25

Contributes to service review.

Attends MDT meetings once a month and has direct patient activity on remaining sessions.

Feedback collected by the Trust - positive feedback.

Participates in clinical audit and governance priorities of the service.

No change to contract other than the Service Conditions and General Conditions are those of the NHS Standard Contract 2024/25 (Full Length) as published by NHS England (https://www.england.nhs.uk/nhs-standard-contract/).

Value 10

£12,169. Contract 1 year plus 1. These are actual days working for the service - not including leave, training etc.

No change to contract except strengthening wording to facilitate clawback of payment if all sessions are not delivered.

Integration, Collaboration and service sustainability 25

Provides specialist advice to service users, carers, and other care professionals including GPs.

Provides clinical support to other team members e.g., advice regarding suitability for surgery.

Works as part of the multi-disciplinary team. This includes liaising with and providing clinical guidance to the team.

Dictates clinic letters including onward referral letters, which will be typed by the Head Provider. The MDT coordinator inputs all required clinical data onto SystmOne.

Any recommendations regarding medication changes will be communicated via a clinic letter to the GP.

Maintains accurate, comprehensive, and timely service user records, in accordance with professional and local standards concerning record keeping. These are provided to the MDT coordinator via secure email and inputted onto SystmOne.

Actively participates in meetings.

Receives clinical line management, appraisal, continued professional development and medical supervision from the sub-contracting organisation. The Trust cannot provide medical supervision for this role.

Annual/ study leave agreed by the employing organisation and then agreed with the Head Provider Service Lead giving 8 weeks' notice. The sub-contractor must work in collaboration with the Service Lead with the aim of ensuring a critical level of cover where possible.

No change to contract other than the Service Conditions and General Conditions are those of the NHS Standard Contract 2024/25 (Full Length) as published by NHS England (https://www.england.nhs.uk/nhs-standard-contract/).

Improving access, reducing health inequalities, and facilitating choice 30

Key Criterion 4. Improving access, reducing health inequalities and facilitating choice

Relevant authorities must consider the importance of accessibility to services and treatments for all eligible patients, the need to tackle health inequalities and the importance of ensuring that patients have choice in respect of their health care.

The overarching aim of the Tier 3 Specialist Weight Management Service is to provide a high-quality programme to support adults who: are overweight/obese with complex co-morbidities through the provision of evidence-based quality weight management interventions for those with a BMI of >39.9.

The Service encourages life-long behaviour changes for clients in relation to eating and physical exercise. This role provides consultant medical support. Service is offered at a health centre or virtually.

The WMS

• Supports clients to set realistic goals that can be achieved and maintained.

• Supports regaining independence and self-management of weight.

• Supports emotional wellbeing to boost self-esteem.

• Provides information and signposting to other services that will complement the programme.

• Supports development of coping skills and ability to overcome difficulties.

No change to contract other than the Service Conditions and General Conditions are those of the NHS Standard Contract 2024/25 (Full Length) as published by NHS England (https://www.england.nhs.uk/nhs-standard-contract/).

Social Value 10

Provision will increase clinical effectiveness, and achievement of patient outcomes. The aim is that this will improve individuals' health and ability to be more actively involved in local economy and improve social interaction and well-being. Countess of Chester hospital providing employment and local benefits within the Cheshire & Merseyside ICB footprint therefore maintaining finances within that footprint.

Local Provider employing local people.

six.4) Procedures for review

six.4.1) Review body

Independent patient choice and procurement panel

National

Country

United Kingdom