Section one: Contracting authority
one.1) Name and addresses
Milton Keynes University Hospital NHS Foundation Trust
Standing Way, Eaglestone
Milton Keynes
MK6 5LD
Contact
Lisa Johnston
Country
United Kingdom
Region code
UKJ12 - Milton Keynes
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Varicose Vein Treatment
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Vascular service currently doesn't have a treatment option for varicose vein patients. The vein centre offers this treatment to our patients who are currently sitting on our PTL. Prior to having this option our patients would remain on the PTL and became long waiters. There is a plan for thr future once the Trust offers radiofrequency ablation in the Treatment room.
This outsourcing solution should align to the following:
• Have the ability to align capacity with the defined volumes to acheive the clearance rate required
• Have defined Governance processes that dovetail to MKUH's to ensure quality is monitored and delivered to achieve optimal patient outcomes
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: £316,548
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
Main site or place of performance
Milton Keynes
two.2.4) Description of the procurement
Services:
The Vascular service currently doesn't currently have a treatment option for varicose vein patients. The vein centre offers this treatment to patients who are currently sitting on our PTL. Prior to having this option our patients would remain on the PTL and became long waiters.
This outsourcing solution should align to the following:
• Have the ability to align capacity with the defined volumes to acheive the clearance rate required
• Have defined Governance processes that dovetail to MKUH's to ensure quality is monitored and delivered to achieve optimal patient outcomes
The Authority intends to award a contract to an existing provider following direct award process C
The approximate lifetime value of the contract is £316,548.00
The services are intended to be provided from 01/10/2024 - 31/03/2025
The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard.
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: 100
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 to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 12/11/2024. 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: 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
1 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
Veincentre Limited
Unit 5 Lyme Drive Stoke-on- Trent
Stoke-on-Trent
ST4 6NW
Country
United Kingdom
NUTS code
- UKG23 - Stoke-on-Trent
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: £316,548
Total value of the contract/lot: £316,548
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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 12/11/2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations can be sent to: Lisa.Johnston@mkuh.nhs.uk
Award decision makers:
Jonathan Dunk – Chief Finance Officer
Fay Gordon – Chief Operating Officer
Claire McGillycuddy - ADO Surgery and Planned Care General Surgery
Arosha Hettiarachchige - Operational Manager General Surgery
Conflicts of interest identified: none.
Key Criteria 1: Quality and Innovation
The Vascular service currently doesn't have a treatment option for varicose vein patients. The vein centre offers this treatment to our patients who are currently sitting on our PTL. Prior to having this option our patients would remain on the PTL and became long waiters. There is a plan to move away from the Vein Centre once we offer radiofrequency ablation in the Treatment room.
This outsourcing solution should align to the following:
• Have the ability to align capacity with the defined volumes to acheive the clearance rate required
• Have defined Governance processes that dovetail to MKUH's to ensure quality is monitored and delivered to achieve optimal patient outcomes
The current insourcing provider is successfully delivering against the ciriteria.
• Given capacity constraints around varicose vein treatment volumes within the contract have been increased.
• The insourcing provider will configure service delivery within confines of the contract.
Key criteria 2: Value
The value of the contract is £316,548 over a period of 6 months, and should deliver the following non-finanical benefits:
• Reduction in backlogs
• Increase access to timely care and treatment
• Improved patient experience
The current insourcing provider is successfully delivering against the criteria.
• Given capacity constraints around varicose vein treatment volumes within the contract have been increased.
• The insourcing provider will configure service delivery within confines of the contract.
Key criteria 3: Integration, collaboration and service sustainability
Since the Vascular service is unable to currently offer varicose vein patients with treatment, not having the Vein Centre would lead to an increase in our long waiters. This will result in compromising patient safety, care and experience. Keeping the outsourcing service would ensure that we continue to tackle backlog of longest waiting patients for varicose vein treatment.
This outsourcing solution should align to the following:
• Have the ability to align capacity with the defined volumes to achieve the clearance rate required
• Have defined Governance processes that dovetail to MKUH's to ensure quality is monitored and delivered to achieve optimal patient outcomes.
The current insourcing provider is successfully delivering against the criteria.
• Given capacity constraints around varicose vein treatment volumes within the contract have been increased.
• The insourcing provider will configure service delivery within confines of the contract.
Key criteria 4: Improving access, reducing health inequalities and facilitating choice
Since the Vascular service is unable to currently offer varicose vein patients with treatment, not having the Vein Centre would lead to an increase in our long waiters. This will result in compromising patient safety, care and experience. Keeping the outsourcing service would ensure that we continue to tackle backlog of longest waiting patients for varicose vein treatment.
This outsourcing solution should align to the following:
• Have the ability to align capacity with the defined volumes to achieve the clearance rate required.
• Have defined Governance processes that dovetail to MKUH's to ensure quality is monitored and delivered to achieve optimal patient outcomes
The current insourcing provider is successfully delivering against the criteria.
• Given capacity constraints areound varicose vein treament volumes within the contract have been increased.
• The insourcing provider will configure service delivery within confines of the contract.
Key Criteria 5: Social Value
Given that the treatment is currently not offered at MKUH the outsourcing provider will deliver the following benefits in relation to social value:
• Reduced human suffering
• Increase access to varicose vein care/ treatment.
The current insourcing provider is successfully delivering against the criteria.
• Given capacity constraints around varicose vein treatment volumes within the contract have been increased.
• The insourcing provider will configure service delivery within confines of the contract.
Basic selection criteria:
The provider was selected based on the weighting of the following criteria:
• Experience in delivering pathways aligned to the the treatment of varicose veins
• Have the ability to align capacity with the defined volumes to acheive the clearance rate required
• Have defined Governance processes that dovetail to MKUH's to ensure quality is monitored and delivered to achieve optimal patient outcomes
six.4) Procedures for review
six.4.1) Review body
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board
3rd Floor, Arndale House, The Mall
Luton
LU1 2LJ
Country
United Kingdom