Section one: Contracting authority
one.1) Name and addresses
Wirral Community Health & Care Trust
Church Road
BIRKENHEAD
CH420LQ
Contact
Heather Thornton-Dawson
Telephone
+44 1515142888-6004
Country
United Kingdom
Region code
UKD74 - Wirral
NHS Organisation Data Service
RY7
Internet address(es)
Main address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Bundle of Services
Reference number
WUTHSUB2024
two.1.2) Main CPV code
- 85121200 - Medical specialist services
two.1.3) Type of contract
Services
two.1.4) Short description
For a significant number of years, the Trust has commissioned a range of clinical and non-clinical services from Wirral University Teaching Hospital NHS Foundation Trust (WUTH). The Trust's both provide services in Wirral Place, serving the same populations and often provide services from the same sites.
The Trust intends to continue to subcontract the following services from WUTH under a single NHS Standard Subcontract:
• Cardiology Consultant Service
• Wheelchair Consultant Service
• DVT Ultrasound Service
• Laboratory Service
• Chaplaincy Service
• Pharmacy Supplies Service
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: £567,535
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
Not all services are in scope however both requirements are met for a mixed procurement under PSR
Evidence to support a mixed procurement:
Contracts to deliver health care services may contain multiple elements, some of which are health care services clearly within the scope of the PSR, and some of which, if procured alone, would be within the scope of the wider public procurement regulations.
The PSR must not be used for the procurement of goods or non-health care services alone.
The PSR regulations state that when a contract comprises a mixture of in-scope health care services and out-of-scope services or goods, relevant authorities may only use the PSR to arrange those services when both of the below requirements are satisfied:
1) The main subject-matter of the contract is in-scope health care services
The main subject-matter of the contract is determined by the component that is higher - the estimated lifetime value of the health care services or the estimated lifetime value of the other goods or services.
The requirement is satisfied as the in-scope elements of the contract account for 74.8% of the contract values for 2024/25.
Annual Value is £238,768 for April 24 to March 25
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 for a further 12 months
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 midnight on 5th November 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 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
Wirral University Teaching Hospital NHS Foundation Trust, Arrowe Park Hospital, Arrowe Park Road, Upton, Wirral, Merseyside, CH49 5PE
Birkenhead
Country
United Kingdom
NUTS code
- UKD - North West (England)
NHS Organisation Data Service
RBL
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: £567,535
Total value of the contract/lot: £567,535
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 via wchc.wchcpsr@nhs.net by midnight on 5th November 2024.
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Award decision-makers:
Community Cardiology Services Lead
Specialist Services Manager (Wheelchairs)
Service Director (Community Integrated Care wards)
Clinical Lead (DVT services)
Lead Pharmacist
Interim Deputy Chief Finance Officer
Head of Procurement
Deputy Director of Contracts & Commissioning
Interim Chief Finance Officer
All assessors have completed a conflict of interest statement (available on request) and no conflict has been declared
1. Cardiology Service
Quality and innovation 25/25
Value 6/10
Integration, Collaboration and service sustainability 30/30
Improving access, reducing health inequalities, and facilitating choice 25/25
Social Value 10/10
2. Wheelchair Service
Quality and innovation 20/20
Value 20/20
Integration, Collaboration and service sustainability 20/20
Improving access, reducing health inequalities, and facilitating choice 24/30
Social Value 10/10
3 Laboratory Services
Quality and innovation 16/20
Value 12/20
Integration, Collaboration and service sustainability 20/25
Improving access, reducing health inequalities, and facilitating choice 20/25
Social Value 10/10
4 DVT Ultrasound Services
Quality and innovation 12/20
Value 30/30
Integration, Collaboration and service sustainability 16/20
Improving access, reducing health inequalities, and facilitating choice 12/20
Social Value 10/10
5 Chaplaincy Service to CICC
Quality and innovation 16/20
Value 32/40
Integration, Collaboration and service sustainability 6/10
Improving access, reducing health inequalities, and facilitating choice 12/20
Social Value 10/10
6 Pharmacy Supplies Service
Quality and innovation 20/25
Value 20/20
Integration, Collaboration and service sustainability 20/20
Improving access, reducing health inequalities, and facilitating choice 25/25
Social Value 10/10
six.4) Procedures for review
six.4.1) Review body
Independent Patient Choice and Procurement Panel following trust review
National body
Country
United Kingdom