Section one: Contracting authority/entity
one.1) Name and addresses
NHS South Yorkshire ICB
722 Prince of Wales Road
Sheffield
S9 4EU
Country
United Kingdom
Region code
UKE3 - South Yorkshire
Internet address(es)
Main address
https://www.southyorkshire.icb.nhs.uk
Buyer's address
https://www.southyorkshire.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
NHS South Yorkshire ICB - Severe Mental Illness Physical Health Check Service.
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS South Yorkshire ICB (the ‘Authority'), formerly NHS Doncaster CCG, intends to extend the contract for the Doncaster Severe Mental Illness (SMI) Physical Health Check (PHC) Service without competition until 15th June 2024 to the incumbent provider as detailed below:
Primary Care Doncaster Limited, Tickhill Road, Balby, Doncaster, DN4 8TL
The contract value for the 6-month extension period is £249,454.00.
The service provides a full health check for people with a Severe Mental Illness (SMI). This includes a physical health check, additional comprehensive assessments, relevant follow-up assessments and access to national screening programmes. The service offers the full 5 part check in line with the 2019, Physical Health Check technical guidance publication.
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: £249,454
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance
Doncaster, South Yorkshire
two.2.4) Description of the procurement
The Authority is of the view that it is in the best interest of Doncaster residents to make a direct award of contract to Primary Care Doncaster Limited for a further 6 months for the following reasons:
• Whilst the service is performing well and is achieving national targets, an initial review highlighted that there were several issues with the existing pathway and processes surrounding interoperability and shared care. Additional time is required to evaluate these concerns and understand what is needed as part of a potential future pathway.
• A review needs to be undertaken to consider wider existing service provision, which will look to understand the Primary Care Network and General Practices roles within this service. This will take into consideration the Quality outcomes Framework (QOF) and the Anticipatory Care Framework (ACF).
• A full evaluation and options appraisal will be developed which will support future procurement intentions. Following this, if the model will look to change significantly, the 6-month extension will ensure that an appropriate exit or transfer strategy is developed, and patients will not be left without provision.
Further rationale supporting these points is:
• The service is offering support to a vulnerable cohort of patients, those with an SMI die 15-20 years younger than the average population and this service is supporting in the prevention of early mortality and supports in reducing health inequalities. Therefore, any disruption to service needs to be considered carefully and timely ensuring that any changes made are in the best interests of those affected.
• The recently published Anticipatory Care Frameworks sets out a responsibility for holistic care planning with a focus on the Core20PLUS5 cohorts which includes SMI patients. Further work needs to be undertaken to understand how this can be incorporated into a future pathway.
• A number of issues have arisen as part of an initial review of the service which have highlighted disparities between the primary care SMI list and the list held by the service, further work needs to be undertaken to audit the lists and consider new processes as part of any future intentions.
Summary
Considering the potential for improvements identified through the initial review, a 6-month extension for the service allows for further evaluation, development of comprehensive options, and potential efficiency savings in the long term. Additionally, the publication of the Anticipatory Care Framework highlights the role of Primary Care Networks (PCNs) in supporting complex cohorts, including those with an SMI. Exploring collaboration with PCNs through the QoF and Anticipatory Care Framework may provide opportunities, ensuring continuity of care and minimising negative impacts. Therefore, this extension allows time for implementing a new pathway and avoiding rushed re-procurement without sufficient remodelling or efficiency considerations.
two.2.5) Award criteria
- Criterion: N/A
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
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:
The Authority is of the view that it is in the best interest of Doncaster residents to make a direct award of contract to Primary Care Doncaster Limited for a further 6 months for the following reasons:
• Whilst the service is performing well and is achieving national targets, an initial review highlighted that there were several issues with the existing pathway and processes surrounding interoperability and shared care. Additional time is required to evaluate these concerns and understand what is needed as part of a potential future pathway.
• A review needs to be undertaken to consider wider existing service provision, which will look to understand the Primary Care Network and General Practices roles within this service. This will take into consideration the Quality outcomes Framework (QOF) and the Anticipatory Care Framework (ACF).
• A full evaluation and options appraisal will be developed which will support future procurement intentions. Following this, if the model will look to change significantly, the 6-month extension will ensure that an appropriate exit or transfer strategy is developed, and patients will not be left without provision.
Further rationale supporting these points is:
• The service is offering support to a vulnerable cohort of patients, those with an SMI die 15-20 years younger than the average population and this service is supporting in the prevention of early mortality and supports in reducing health inequalities. Therefore, any disruption to service needs to be considered carefully and timely ensuring that any changes made are in the best interests of those affected.
• The recently published Anticipatory Care Frameworks sets out a responsibility for holistic care planning with a focus on the Core20PLUS5 cohorts which includes SMI patients. Further work needs to be undertaken to understand how this can be incorporated into a future pathway.
• A number of issues have arisen as part of an initial review of the service which have highlighted disparities between the primary care SMI list and the list held by the service, further work needs to be undertaken to audit the lists and consider new processes as part of any future intentions.
Summary
Considering the potential for improvements identified through the initial review, a 6-month extension for the service allows for further evaluation, development of comprehensive options, and potential efficiency savings in the long term. Additionally, the publication of the Anticipatory Care Framework highlights the role of Primary Care Networks (PCNs) in supporting complex cohorts, including those with an SMI. Exploring collaboration with PCNs through the QoF and Anticipatory Care Framework may provide opportunities, ensuring continuity of care and minimising negative impacts. Therefore, this extension allows time for implementing a new pathway and avoiding rushed re-procurement without sufficient remodelling or efficiency considerations.
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/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
19 July 2023
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Primary Care Doncaster
Oak Tree Lodge, Tickhill Rd Site, Doncaster
Doncaster
DN4 8QN
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
10822663
Internet address
www.primarycaredoncaster.co.uk
The contractor/concessionaire is an SME
Yes
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £249,454
Total value of the contract/lot/concession: £249,454
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
NHS Improvement
Wellington House, 133-155 Waterloo Rd
London
SE1 8UG
Country
United Kingdom