Section one: Contracting authority
one.1) Name and addresses
NHS Frimley Integrated Care Board
Windsor
SL4 3DP
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
Community Ear, Nose & Throat Services (ENT) to NHS Frimley Integrated Care Board (ICB)
Reference number
DAC8
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 Koefman and Partners, Trading as Binfield Surgery to provide a Community Ear, Nose & Throat Services (ENT).
Community Ear, Nose & Throat Services (ENT) cover patients in all areas of the Frimley ICB geography. The service medically manages and treats ENT conditions (the service does not require that surgical procedures be carried out) arising in the registered patient population of Frimley ICB. This service sees both adults and children. The following conditions are treated: Glue Ear, Recurrent otitis media, Vertigo, Tinnitus, Otitis externa, Recurrent tonsillitis, Adenoid hypertrophy, Epistaxis, Deviated nasal septum, Rhinitis, Nasal Polyps, Chronic sinusitis, Globus Pharyngeus, Dysphonia, Ear and nose skin lesions. The service model is Any Willing Provider. The services are outpatient and community-based. Referrals are GP referral only using E-referral (e-RS).
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: £188,161
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ37 - North Hampshire
Main site or place of performance
Frimley
two.2.4) Description of the procurement
NHS Frimley ICB ("the Commissioner") sought to commission Community Ear, Nose & Throat Services (ENT) A summary of the purposes and objectives of the services are below.
Community Ear, Nose & Throat Services (ENT) cover patients in all areas of the Frimley ICB geography. The service medically manages and treats ENT conditions (the service does not require that surgical procedures be carried out) arising in the registered patient population of Frimley ICB. This service sees both adults and children. The following conditions are treated: Glue Ear, Recurrent otitis media, Vertigo, Tinnitus, Otitis externa, Recurrent tonsillitis, Adenoid hypertrophy, Epistaxis, Deviated nasal septum, Rhinitis, Nasal Polyps, Chronic sinusitis, Globus Pharyngeus, Dysphonia, Ear and nose skin lesions. The service model is Any Willing Provider. The services are outpatient and community based. Referrals are GP referral only using E-referral (e-RS).
The Commissioner is directly awarding a contract to the existing provider Binfield Surgery 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 £93,799. The full lifetime contract value (one year + optional one year extension) is £188,161. The one-year contract period will commence on the 01st April 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 Binfield 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 any Quality reporting templates agreed with the Commissioners, and followed Schedule 6A reporting requirements. Binfield 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. Binfield 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 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
7 May 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 Koefman and Partners, Trading as Binfield Surgery
Wood Ln, Binfield
Bracknell
RG42 4EX
Country
United Kingdom
NUTS code
- UKJ11 - Berkshire
Justification for not providing organisation identifier
Not on any register
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: £188,161
Total value of the contract/lot: £188,161
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 Binfield Surgery 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 that Binfield Surgery 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 Binfield Surgery 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