Section one: Contracting authority
one.1) Name and addresses
Central London Community Healthcare NHS Trust
Ground Floor, 15 Marylebone Road
London
NW1 5JD
Contact
Stevie Crawford
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
Buyer's address
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
To Provide an Open-Access High-Quality, Efficient and Effective Foot Surgery Service to Central London Community Healthcare Trust
Reference number
C323047
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
To provide the podiatric surgery services with theatre space, reception, recovery, theatre staffing and consumables. Anaesthetist provision will be provided for GA lists.
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: £970,304
two.2) Description
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
- 85111100 - Surgical hospital services
- 85121000 - Medical practice services
two.2.3) Place of performance
NUTS codes
- UKI5 - Outer London – East and North East
Main site or place of performance
London
two.2.4) Description of the procurement
Central London Community Healthcare Trust is seeking to issue a direct award for 12 months with the option to extend for a further 12 months starting on the 1st of April 2025 for Podiatry Surgery.
Podiatric Surgery provides elective, daycase surgery for the foot and its associated structure. The range of surgery is extensive to encompass soft tissue lesions such as ingrown toenails, ganglions and neuroma; bone surgery such as osteotomies and arthrodesis (fusion) in the management of a variety of conditions including bunions, osteoarthritis of joints, particularly the big toe joint (hallux limitus/rigidus); more complex surgery can be undertaken to correct painful flatfoot conditions. The scope, therefore, of podiatric surgery includes the foot and its associated structures.
The award is being made to the existing service provider, as per the Provider Selection Regime, Direct Award Process C for up to 24 months at a value of £970,304.00.
The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard and has been assessed against the five key criteria.
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
two.2.14) 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 Monday 16th December 2024 and Central London Community Healthcare Trust will not enter 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 Monday 16th December 2024 (8 working days following publication of this intention to award notice). Should providers wish to make a representation please submit to s.crawford9@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 considered the Five 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 through a service which is clinically effective, safe and timely. The rationale for choosing the provider is that there is the 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, clinical governance, service innovation, monitoring the quality of the service provision, value, reduce health inequalities, improving access, service sustainability, social value and good practices identified).
There are no declared or potential conflicts of interest of individuals making the decision.
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:
The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard and has been assessed against the five key criteria.
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. Provider representations must be made to decision-makers by Monday, 16th December 2024.
This contract has not yet formally been awarded. This notice serves as an intention to award under the PSR. Please contact s.crawford9@nhs.net for any written representations. This decision has been made as per Central London Community Healthcare Trust’s governance process.
No conflicts of interest have been declared.
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
28 November 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Healthshare Limited
Suite 9 20 Churchill Square, Kings Hill, West Malling
Kent
ME19 4YU
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
06896144
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: £970,304
Lowest offer: £970,304 / Highest offer: £970,304 taken into consideration
Section six. Complementary information
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