Contract

Bundle of Services

  • Wirral Community Health & Care Trust

F03: Contract award notice

Notice identifier: 2024/S 000-034477

Procurement identifier (OCID): ocds-h6vhtk-04b0e9

Published 24 October 2024, 1:38pm



Section one: Contracting authority

one.1) Name and addresses

Wirral Community Health & Care Trust

Church Road

BIRKENHEAD

CH420LQ

Contact

Heather Thornton-Dawson

Email

heather.thornton5@nhs.net

Telephone

+44 1515142888-6004

Country

United Kingdom

Region code

UKD74 - Wirral

NHS Organisation Data Service

RY7

Internet address(es)

Main address

www.wchc.nhs.uk

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