Contract

MSK/Diagnostic Uncertainty service

  • NHS Frimley Integrated Care Board

F03: Contract award notice

Notice identifier: 2024/S 000-021623

Procurement identifier (OCID): ocds-h6vhtk-047d54

Published 15 July 2024, 11:28am



Section one: Contracting authority

one.1) Name and addresses

NHS Frimley Integrated Care Board

Windsor

SL4 3DP

Email

scwcsu.cbprocurement@nhs.net

Country

United Kingdom

Region code

UKJ37 - North Hampshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.frimley.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

MSK/Diagnostic Uncertainty service

Reference number

DAC3

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Frimley ICB ("the Commissioner") sought to commission Dr K Lothe and Partners LLP to provide an MSK/Diagnostic Uncertainty service.

MSK/Diagnostic Uncertainty service for Surrey Heath is for patients aged over 18.

The service is a multi-disciplinary community advice, assessment and treatment service to support GPs and community physiotherapists in diagnostic assessment and treatment planning for patients with challenging MSK conditions; i.e. patients where diagnostic uncertainly exists and/or the patient has been unresponsive to previous treatments.

The normal referral route into the service is via a patient's GP. Referrals are also received from Community Physiotherapy providers for diagnostic uncertainty. The initial face-to-face clinical assessment uses a biopsychosocial model, and draws on a multi-disciplinary team of experts. It includes access to biomechanical, pharmacological and psychological assessment.

The aim of the clinical assessment is to identify a diagnosis, where possible, support the referrer and patient in the management of ongoing symptoms where there continues to be diagnostic uncertainty, develop and implement an agreed treatment and/or management plan.

The majority of patients after the initial assessment will be:

- Referred back to the GP with a diagnosis and clear management plan or

- Referred to the community physiotherapy services (Choice of provider to be offered at point of referral) or

- Identified as suitable for the Community Pain Service or

- Referred on to services outside community services.

Treatments are limited to:

- Non-ultrasound guided injections / Ultrasound guided injections

- Advice and signposting to supported self-management and positive lifestyle options, including physical activity and weight management, smoking and diet

- Pharmacological management advice including managing medication and flare-ups.

Follow-up appointments are also provided under this pathway.

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: £796,167.36

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ25 - West Surrey

two.2.4) Description of the procurement

NHS Frimley ICB ("the Commissioner") sought to commission an MSK/Diagnostic Uncertainty service. A summary of the purposes and objectives of the services are below.

MSK/Diagnostic Uncertainty service for Surrey Heath is for patients aged over 18.

The service is a multi-disciplinary community advice, assessment and treatment service to support GPs and community physiotherapists in diagnostic assessment and treatment planning for patients with challenging MSK conditions; i.e. patients where diagnostic uncertainly exists and/or the patient has been unresponsive to previous treatments.

The normal referral route into the service is via a patient's GP. Referrals are also received from Community Physiotherapy providers for diagnostic uncertainty. The initial face-to-face clinical assessment uses a biopsychosocial model, and draws on a multi-disciplinary team of experts. It includes access to biomechanical, pharmacological and psychological assessment.

The aim of the clinical assessment is to identify a diagnosis, where possible, support the referrer and patient in the management of ongoing symptoms where there continues to be diagnostic uncertainty, develop and implement an agreed treatment and/or management plan.

The majority of patients after the initial assessment will be:

- Referred back to the GP with a diagnosis and clear management plan or

- Referred to the community physiotherapy services (Choice of provider to be offered at point of referral) or

- Identified as suitable for the Community Pain Service or

- Referred on to services outside community services.

Treatments are limited to:

- Non-ultrasound guided injections / Ultrasound guided injections

- Advice and signposting to supported self-management and positive lifestyle options, including physical activity and weight management, smoking and diet

- Pharmacological management advice including managing medication and flare-ups.

Follow-up appointments are also provided under this pathway.

The Commissioner is directly awarding a contract to the existing provider Dr K Lothe and Partners LLP in accordance with the criteria outlined in Regulation (9) of the Health Care Services (Provider Selection Regime) Regulations 2023. The total value of the contract for the initial one-year contract term is £396,893. The full lifetime contract value (one year + optional one year extension) is £796,167.36. The one-year contract period will commence on the 1st July 2024.

This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

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: Yes

Description of options

Option to extend by up to 1 year

two.2.14) Additional information

Evidence that Dr K Lothe and Partners LLP have satisfied the existing 23/24 contract to a sufficient standard according to the detail outlined in the 23/24 contract: they provided all of the required documentation, information and policies for the existing contract. They have: followed the contractual service specification, not deviated from Frimley ICB Safeguarding requirements, charged the correct local prices as per the contract, issued invoices correctly in accordance with the Frimley ICB process, complied with Quality reporting requirements, and followed Schedule 6A reporting requirements. Dr K Lothe and Partners LLP have complied with/not fallen foul of the 23/24 NHS Standard Contract (Shorter Form) Service Conditions, including Service Conditions in relation to the following: service standards, co-operation, information requirements, safeguarding, payment terms and quality requirements. They have also complied with/not fallen foul of the 23/24 Shorter Form General Conditions, including those relating to: liability & indemnity, assignment & sub-contracting, and Information Governance. The new contracting arrangements are based on a rollover of the previous MSK contracting arrangements/schedules which the provider has already satisfied/complied with to a high standard, and so the provider will highly likely to be able to satisfy the new contract to a sufficient standard.


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 24th 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

18 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

Dr K Lothe and Partners LLP, trading as Camberley Physiotherapy and Sports Injury Clinic

37 Upper Gordon Road, Camberley

Surrey

GU15 2HJ

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

OC393906

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: £796,167.36

Total value of the contract/lot: £796,167.36


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 24th July 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

The Commissioner made the decision of directly awarding the incumbent provider Dr K Lothe and Partners LLP in accordance with the following five criteria outlined in Regulation (9) of the Health Care Services (Provider Selection Regime) Regulations 2023.

• Quality and innovation

• Value

• Integration, collaboration, and service sustainability

• Improving access, reducing health inequalities and facilitating choice

• Social value

It has been advised that Dr K Lothe and Partners LLP has the evidenced ability to deliver the activity required to meet service requirements within the required region and that can deliver to the tight timescale. A direct award to Dr K Lothe and Partners LLP would be appropriate and present the best value for the Commissioner in this circumstance.

No declared conflicts or potential conflicts of interest were identified during the decision-making process.

Representations should be sent to scwcsu.cbprocurement@nhs.net.

six.4) Procedures for review

six.4.1) Review body

NHS Frimley ICB

Windsor

Country

United Kingdom