Section one: Contracting authority
one.1) Name and addresses
NHS SURREY HEARTLANDS INTEGRATED CARE BOARD
Dukes Court, Duke Street
Woking
GU215BH
Contact
Anya Howard-Smith
Telephone
+44 7932722874
Country
United Kingdom
Region code
UKJ25 - West Surrey
NHS Organisation Data Service
QXU
Internet address(es)
Main address
https://www.surreyheartlands.org
one.4) Type of the contracting authority
Other type
NHS
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Non Obstetric Ultrasound Service North West Surrey 24/25
Reference number
QXU Diagnostic World Limited NOUS 24/25
two.1.2) Main CPV code
- 85150000 - Medical imaging services
two.1.3) Type of contract
Services
two.1.4) Short description
North West locality, direct access non-obstetric ultrasound service with staff qualified to appropriate levels of skill and experience, using ultrasound equipment which complies with the service specification. The aim of the service is to aid early diagnosis and avoid the need for unnecessary referral to secondary care, or to support the shift of activity into a primary care setting, where this will improve access.
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: £401,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
West Byfleet Health Centre
Madeira Road, West Byfleet KT14 6DH
two.2.4) Description of the procurement
A North West locality, direct access non-obstetric ultrasound service with staff qualified to appropriate levels of skill and experience, using ultrasound equipment which complies with the service specification. The aim of the service is to aid early diagnosis and avoid the need for unnecessary referral to secondary care, or to support the shift of activity into a primary care setting, where this will improve access.
The approximate lifetime value of the contract is £400,000 over a 16 month term, from 1st April 2024 until 25th July 2025.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: 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:
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.
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 April 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
Diagnostic World Ltd
Leeds
LS9 8DA
Country
United Kingdom
NUTS code
- UK - United Kingdom
Companies House
05937877
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: £401,000
Total value of the contract/lot: £401,000
Section six. Complementary information
six.3) Additional information
This contract has been awarded via Direct Award Process C, in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 (PSR). For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
The authority confirms the provider delivered the prior contract to a consistently high standard and no material changes have been made in the continued contracting arrangement.
This provider's performance and system alignment supported continued commissioning of their service via Direct Award C.
Evidence of current service delivery against the PSR Key Criteria and the breakdown of Key Criteria weighting in relation to this service for the purposes of awarding a further contract under Direct Award C is detailed below:
Joint most important criteria was Quality and Innovation alongside Value.
Joint second most important key criteria was deemed to be Improving access, reducing health inequalities and facilitating choice,
alongside Integration, collaboration and service sustainability. Third most important key criteria was Social Value.
This provider has met all the key criteria with their performance.
Quality and innovation - joint most important key criteria
• Delivery of a safe, high-quality, and person-centred service a
• Service design ensures continuity across the patient pathway, promoting patient independence and improved long-term outcomes.
Value - joint most important key criteria
• Value for money, delivering outcomes that reduce secondary care consultation and contribute to system costs.
• Seeing patients in the community reduces the burden on GPs and acute services and supports efficient use of NHS resources.
• Cost structure stable and proportionate to the complexity of care delivered.
Integration, collaboration and service sustainability - joint second most important key criteria
• Service collaborates with primary and secondary care to ensure delivery across clinical interfaces.
• The service supports early intervention.
• The service supports care closer to home, reducing reliance on acute pathways and enhancing sustainability across the local system.
Improving access, reducing health inequalities and facilitating choice - joint second most important criteria
• Equitable access offering care in community clinics.
• Commitment to person-centred care, including culturally appropriate advice and self-management education, helping to reduce disparities in health outcomes.
Social value - third ranked most important key criteria
• Local recruitment and clinical workforce development.
• Reduction in travel-related emissions by offering care in convenient settings,
Governance and Decision-Making Approval:
Surrey Heartlands Executive Board instructed a review of all contracts, local teams conducted the review with recommendations going to Surrey Heartlands Commissioning, Commercial and Contracting Board. Approval decision for the direct award contract taken at Surrey Heartlands Executive.
Conflicts of Interest:
There are no identified conflicts of interest.
Written representations should be sent to syheartlandsicb.contractsadmin@nhs.net
six.4) Procedures for review
six.4.1) Review body
Surrey Heartlands ICB
Duke St
Woking
GU21 5BH
Country
United Kingdom