Contract

Electrocardiogram for Patients with Serious Mental Illness in the Community

  • Central and North West London NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2024/S 000-034252

Procurement identifier (OCID): ocds-h6vhtk-04b061

Published 23 October 2024, 9:39am



Section one: Contracting authority

one.1) Name and addresses

Central and North West London NHS Foundation Trust

60 Gray's Inn Road

London

WC1X 8AQ

Contact

Helen Hewitt

Email

helen.hewitt11@nhs.net

Country

United Kingdom

Region code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.cnwl.nhs.uk

Buyer's address

https://www.cnwl.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

Electrocardiogram for Patients with Serious Mental Illness in the Community

Reference number

C304828

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The continuation of services to provide ECG reports for patients in the community with a severe mental illness from the existing provider.

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: £40,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

- The continuation of services to provide ECG reports for patients in the community with a severe mental illness from the existing provider (the proposed contracting arrangements are not changing considerably from the
existing contract);
- The contract comprises a mixture of in-scope health care services (ECG interpretation services and out of scope goods;
- lifetime value of the contract for out-of-scope goods (equipment of medical devices) is one-third and lifetime value of the contract for in-scope health care services (ECG interpretations) is two-thirds majority;
- the relevant authority is of the view that the other goods or services could not reasonably be supplied under a separate contract
- as the main subject matter of the contract is in-scope health care services the relevant authority may use PSR to arrange those services
- the relevant authority intends to award a contract for 8 months to the existing provider following direct award process C
- the lifetime value of the contract is £40,000
- The services are intended to be provided with effect from 07 November 2024 to 30 June 2025.

two.2.5) Award criteria

Price

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:

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 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 04 November 2024 (8 working days following publication of intention to award notice) This contract has not yet 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: Yes


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

11 October 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

Broomwell Healthwatch

7th floor Boulton House, 17-21 Chorlton Street, Manchester

Manchester

M1 3HY

Telephone

+44 1612360141

Country

United Kingdom

NUTS code
  • UKD33 - Manchester
National registration number

05203203

Internet address

www.broomwellhealth.com

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: £40,000

Total value of the contract/lot: £40,000


Section six. Complementary information

six.3) Additional information

- This is a Provider Selection Regime (PSR) intention to award. 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.
- A Standstill Period is now in force pursuant to Regulations 12 and 14(3) of the PSR Regulations 2023; this period will end at midnight on 04 November 2024 and NHS Central North West London NHS Foundation Trust will not enter into a contract pursuant to the award to the provider under direct award process C before this date.
- Representations by providers must be made to decision-makers by midnight on 04 November 2024 (8 working days following publication of this intention to award notice). Should providers wish to make a representation please submit to helen.hewitt11@nhs.net. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
- The relevant authority's governance/decision-making panel are making the award decision
- The relevant authority has taken into account the 5 Key Criteria and applied the basic selection criteria. The rationale for the relative importance of the Key Criteria is to ensure service continuity will be maintained for this group of patients. The rationale for choosing the
provider is that there is confidence that the provider is likely to satisfy future performance against the new contract at a cost effective price against the Key Criteria (service model, value, reduce health inequalities, improving access, service sustainability, social value.
- There are no declared or potential conflicts of interest of individuals making the decision

six.4) Procedures for review

six.4.1) Review body

High Court of Justice for England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom