Section one: Contracting authority
one.1) Name and addresses
NHS South Yorkshire Integrated Care Board
197 Eyre Street
Sheffield
S1 3FG
syicb-sheffield.contractingteam@nhs.net
Country
United Kingdom
Region code
UKE32 - Sheffield
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
The NHS secondary health care provider for children's emergency, secondary care,
Reference number
SYICB&SCFT 2024-2029
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The NHS secondary health care provider for children's emergency, secondary care, acute, mental health and community services in Sheffield.
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: £390,341,210
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE3 - South Yorkshire
Main site or place of performance
Sheffield, South Yorkshire
two.2.4) Description of the procurement
The expected annual contract value for 2024/25 is £78,068,242. The lifetime value of the contract, is unknown as prices payable under the contract will be adjusted on an annual basis in line with the methodology outlined in the national NHS Payment Guidance. In addition actual payment received for 2024/25 and future years may be determined in line with actual activity delivered, where the national NHS Payment Guidance mandates the use of variable contracting arrangements. The prices which will apply to any variable arrangements will be as outlined in the NHS Payment Guidance.
This contract as a whole is considered to fall within the scope of direct award process A on the basis that the NHS provider delivers our primary NHS contract for children's emergency and secondary care (both physical and mental health) services. The Statutory Guidance support us to take a realistic view of whether any other providers could actually deliver the contract. Realistically there are no other providers with the established infrastructure (both staffing, estates and NHS experience) to deliver the combination of services under these contracts to the scale which our local NHS providers deliver. This contract is based on all services being delivered under them considered as a package, as any attempt to split services off to commission differently would risk destabilisation of the rest of contract and the amount of resource required to undertake this task would be disproportionate the benefits received for our population. In addition, breaking these services down would risk losing the benefits of interdependence between the services (including services commissioned from these NHS providers which fall within the scope of specialised commissioning) which enables staffing resource to be flexed to meet pressures (e.g. treat complex long waiters), supports patient experience as flows between services are more fluid and issues can be easily resolved, encourages value for money by maximising economies of scale across services (e.g. when buying goods and services, using estates) and maximises innovation by encouraging service collaboration to support the delivery of the NHS Long Term Plan and other strategic requirements.
The contract will be awarded for a period of 5 years. The contract will start 01/04/2024 and expire 31/03/2029.
two.2.5) Award criteria
Quality criterion - Name: No realistic alternative provider / Weighting: 100
Price - Weighting: 0
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 services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
This contract as a whole is considered to fall within the scope of direct award process A on the basis that the NHS provider delivers our primary NHS contract for children's emergency and secondary care (both physical and mental health) services. The Statutory Guidance support us take a realistic view of whether any other providers could actually deliver the contract. Realistically there are no other providers with the established infrastructure (both staffing, estates and NHS experience) to deliver the combination of services under these contracts to the scale which our local NHS providers deliver. This contract is based on all services being delivered under them considered as a package, as any attempt to split services off to commission differently would risk destabilisation of the rest of contract and the amount of resource required to undertake this task would be disproportionate the benefits received for our population. In addition, breaking these services down would risk losing the benefits of interdependence between the services (including services commissioned from these NHS providers which fall within the scope of specialised commissioning) which enables staffing resource to be flexed to meet pressures (e.g. treat complex long waiters), supports patient experience as flows between services are more fluid and issues can be easily resolved, encourages value for money by maximising economies of scale across services (e.g. when buying goods and services, using estates) and maximises innovation by encouraging service collaboration to support the delivery of the NHS Long Term Plan and other strategic requirements.
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
1 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
Sheffield Children's NHS Foundation Trust
Sheffield Children's Hospital Western Bank Sheffield
Sheffield
S10 2TH
Telephone
+44 1143053161
Country
United Kingdom
NUTS code
- UKE3 - South Yorkshire
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: £390,341,210
Total value of the contract/lot: £390,341,210
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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 decision to award this contract was made by the Director of Finance and Transformation (Sheffield)
the Executive Place Director for Sheffield and Deputy Place Director for Sheffield
No conflicts of interest were identified.
six.4) Procedures for review
six.4.1) Review body
Independent Choice and Procurement Panel.
Wellington House
London
SE1 8UG
Country
United Kingdom