Contract

Provision of Echocardiology Services

  • Wirral Community Health & Care Trust

F03: Contract award notice

Notice identifier: 2024/S 000-019495

Procurement identifier (OCID): ocds-h6vhtk-0472a1

Published 26 June 2024, 8:51am



Section one: Contracting authority

one.1) Name and addresses

Wirral Community Health & Care Trust

Church Road

BIRKENHEAD

CH420LQ

Contact

Heather Thornton-Dawson

Email

heather.thornton5@nhs.net

Telephone

+44 1515142888-6004

Country

United Kingdom

Region code

UKD74 - Wirral

NHS Organisation Data Service

RY7

Internet address(es)

Main address

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 Echocardiology Services

two.1.2) Main CPV code

  • 85141000 - Services provided by medical personnel

two.1.3) Type of contract

Services

two.1.4) Short description

The service has been using E-logica for many years. The service has expanded to perform over 4000 tests per year, enabling the Community Cardiology Service to meet the increasing demand.

The Community Trust has invested in Echocardiogram machines through the capital program to ensure the sustainability of the service and the ability to meet the conditions set in the Header Contract.

We receive an exceptional quality service from E-Logica, alternatives are directly employing cardiac physiologists or awarding to another supplier. Neither option would not be cost effective due to the cost of employment and alternative supplier costs demonstrated Key Criterion 2.

There is national shortage of these clinical professionals and recruitment would carry a significant risk to service provision due to leave/vacancy similar to the issues at other NHS providers (inc. WUTH) resulting in unacceptable waiting times. Recruitment risk and resource availability is carried by the supplier.

Additionally clinical supervision would not be available within WCHC, therefore requiring externally sourced supervision which would result in additional costs.

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: £240,000

two.2) Description

two.2.3) Place of performance

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

Wirral

two.2.4) Description of the procurement

The service has been using E-logica for many years. The service has expanded to perform over 4000 tests per year, enabling the Community Cardiology Service to meet the increasing demand.

The Community Trust has invested in Echocardiogram machines through the capital program to ensure the sustainability of the service and the ability to meet the conditions set in the Header Contract.

We receive an exceptional quality service from E-Logica, alternatives are directly employing cardiac physiologists or awarding to another supplier. Neither option would not be cost effective due to the cost of employment and alternative supplier costs demonstrated Key Criterion 2.

There is national shortage of these clinical professionals and recruitment would carry a significant risk to service provision due to leave/vacancy similar to the issues at other NHS providers (inc. WUTH) resulting in unacceptable waiting times. Recruitment risk and resource availability is carried by the supplier.

Additionally clinical supervision would not be available within WCHC, therefore requiring externally sourced supervision which would result in additional costs.

We are intending to award a contract an existing provider following direct award process C.

The approximate lifetime value of the contract is £240,000 - a further £240,000 if the potential 1 year extension is enacted..

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

Cost criterion - Name: Value for money is one of evaluation criteria / Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

1 year contract with option to extend for a further 12 months


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 midnight on 2nd July 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

24 June 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

E-Logica Ltd

Stable House Bankhall

Chapel-En-Le-Frith, High Peak, Derbyshire

SK23 9UB

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Companies House

07202151

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: £240,000

Total value of the contract/lot: £240,000


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 12 midnight on 2nd July. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Any written representations should be submitted to psr

The award decision-makers were:

Community Cardiology Services Lead

Service Director

Interim Chief Finance Officer

Head of Procurement

Deputy Director of Contracts & Commissioning

No conflicts of interest were declared

The key criteria used were

1. Quality and innovation 20

Score 5 Weighting 20 Total 20

2. Value 30

Score 5 Weighting 30 Total 30

3. Integration, Collaboration and service sustainability 20

Score 5 Weighting 20 Total 20

4. Improving access, reducing health inequalities, and facilitating choice 10

Score 5 Weighting 10 Total 10

5. Social Value 10

Score 4 Weighting 10 Total 8

Contract period is April 2024 to March 2025 with the potential to extend for a further 12 months

six.4) Procedures for review

six.4.1) Review body

Independent Patient Choice and Procurement Panel following trust review

National body

Country

United Kingdom