Contract

SWH - Verulam Chronic Migraine Service 25/27

  • NHS Hertfordshire and West Essex Integrated Care Board

F03: Contract award notice

Notice identifier: 2024/S 000-040156

Procurement identifier (OCID): ocds-h6vhtk-04c7ad

Published 12 December 2024, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

NHS Hertfordshire and West Essex Integrated Care Board

Charter House Parkway

Welwyn Garden City

AL8 6JL

Email

hweicbhv.procurementteam@nhs.net

Country

United Kingdom

Region code

UKH23 - Hertfordshire

Internet address(es)

Main address

https://www.hertsandwestessex.icb.nhs.uk/

Buyer's address

https://www.hertsandwestessex.icb.nhs.uk/

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

SWH - Verulam Chronic Migraine Service 25/27

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The chronic migraine service is provided by Neecare Health Care Ltd
The service undertakes clinical management of chronic migraine for patients who suffer persistent headache.

Neecare chronic migraine service provides clinical intervention for the management of chronic migraine by administering Botulinum injection including regular therapy.

Patients are referred by Neurologist having been diagnosed with Chronic Migraine and meet NICE Guidelines for Botulinum Injection administration.

To confirm, as per the PSR direct award process C, the existing provider is satisfying the existing contract, delivering a good service, meeting all KPIs, with no quality concerns with very good feedback from Clinicians and patients and are likely to satisfy the new contract, The proposed contracting arrangements are not changing from the existing contract.

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: £155,496

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH23 - Hertfordshire

two.2.4) Description of the procurement

The Chronic Migraine Clinic provide treatment for patients who suffer from persistence headache of:
• Either tension-type and/or migraine quality and occurs on ≥15 days per month for at least 3 months.
• No medication overuse.

A strict referral criterion ensures patients would have to see a Neurologist to be diagnosed with Chronic Migraine and then meets the NICE Guidelines for Botulinum administration.
As such the clinic only accepts referrals from a Neurologist who has diagnosed Chronic Migraine in the patient and who fulfil the NICE criteria.

The clinic maintains close links with the Neurology department at East & North Hertfordshire Trust to receive appropriate support, resources, and education.

The clinic offers face to face and virtual educational sessions about chronic migraine with clearly defined pathway.

The contract is for one year with option to renew for a further one year based on FOT of £77, 748.

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

Cost criterion - Name: Price / Weighting: 0

two.2.11) Information about options

Options: Yes

Description of options

1 year with option to extend for a further 1 year

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

The contract is for one year with option to renew for a further one year based on FOT of £77, 748. From April 2025 to March 2027


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

  • New works/services, constituting a repetition of existing works/services

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 24/12/2024. 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

12 December 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

Verulam Chronic Migraine Injection Clinic

Neecare Ltd 129 London Road ST Albans United Kingdom

St Albans

AL1 1TA

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £155,496

Total value of the contract/lot: £155,496


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 by 24/12/2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR

The business case including the recommendation to award the contract under Provider Selection Regime Process C was approved at the ICB Strategic Finance & Commissioning Committee on the 12/09/2024.

The options paper for this service was presented at the following panels and committees:
• SWH HCP Finance and Commissioning Committee - 22/08/2024
• ICB Commissioning and Contracting Panel - 29/08/2024 (extraordinary meeting)
• Financial Scrutiny Panel - 06/09/2024
• HWE ICB Strategic Finance and Commissioning Committee - 12/09/2024

The were no conflict or potential conflicts declared.

The decision to award this contract in line with Direct Award Process C was based on evaluation against the five required key criteria as follows:
• Quality and Innovation – Assured – HWE ICB are assured that the provider is delivering a safe and effective service as required by the specification and contract they are currently delivering. This criterion was reviewed in line with the Quality Impact Assessment.
• Value – Assured – HWE ICB are assured that the provider is delivering value for money and providing an innovative, sustainable, high-quality service with positive outcomes for patients within the financial envelop.
• Integration, Collaboration and Service Sustainability – Assured – HWE ICB are assured that the provider is positively impacting on the Integrated Care System through their integration and collaboration delivered as a requirement of the specification or alternative elements linked to the delivery.
• Improving Access, Reducing Health Inequalities and Facilitating Choice – Assured – HWE ICB are assured that the provider is meeting needs of the population to ensure equitable access and choice as required by the specification and contract. This criterion was reviewed in line with the Equality Impact Assessment.
• Social Value – Assured – HWE ICB are assured that the provider is delivering in line with the HWE Green Plan, supporting with the implementation of carbon reduction and increase in initiatives which positively impact on the wider determinants of health.

There is currently no alternative local provider for the service and the main benefits include:
• Reducing avoidable A&E attendances and GP appointments and costs associated with these attendances, and potential patient transport costs to attend out of area appointments mainly Royal Free and University College London.
• A locally agreement price for the activity.
• Patient experience and outcomes including self-manage their condition, care closure to home, and seamless care between community, secondary care and primary care.

six.4) Procedures for review

six.4.1) Review body

NHS Hertfordshire and West Essex Integrated Care Board

Charter House Parkway

Welwyn Garden City

AL8 6JL

Country

United Kingdom

Internet address

https://www.hertsandwestessex.icb.nhs.uk/