Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

  • First published: 29 October 2023
  • Last modified: 29 October 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-02c090
Published by:
Countess of Chester Hospital NHS Foundation Trust
Authority ID:
AA20287
Publication date:
29 October 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The overall aims of the Services are to provide NHS Organisations with fully compliant solutions which supplement the delivery of patient care by NHS Organisations in line with the NHS’ core Key Performance Indicators and standards including but not limited to:

• A&E 4 hour wait targets;

• elective 18 week Referral to Treatment targets;

• cancelled procedures targets;

• bed availability and utilisation targets;

• timely and appropriate diagnostic testing targets;

• urgent 2 week GP referral rules for suspected cancer; and

• any core targets and standards introduced over the term of this framework.

The Services will aim:

• To provide high quality support that can be called upon at relatively short notice.

• To prevent inappropriate waiting times for patients and assist NHS Organisations in meeting national targets and guidelines.

• To enable delivery of a Patient Pathway from referral to treatment that removes unnecessary delay in treatment.

• To deliver treatment that is safe and effective in facilities that are owned and operated by an NHS Organisation (that is to deliver an “insourcing” service).

• To establish a positive working relationship between an NHS Organisation and the Supplier to facilitate and maximise service delivery, the emphasis being on timely, quality, cost effective, evidence-based care, with appropriate clinical protocols and audit where possible.

• To provide medical, nursing or other staff as a part of the Services to perform clinical and support activities, including therapies and administration.

• To help Trusts to avoid unnecessary, inappropriate primary and secondary referrals.

• To provide tailored audit and review processes with national and locally agreed Key Performance Indicators.

The Services will cover the full range of Surgical and Medical specialties and sub-specialities, including but not limited to:

• Surgical specialties

o Cardiothoracic

o General

o Neurosurgery

o Oral & maxillofacial (including minor oral surgery)

o Ophthalmic

o Otolaryngology (ENT)

o Paediatric

o Plastic

o Trauma & orthopaedic

o Urology

o Vascular

• Medical specialties

o Anaesthesia

o Clinical oncology

o Clinical radiology

o Emergency medicine

o Intensive care medicine

o Medicine

o Acute internal medicine

o Allergy

o Audiovestibular medicine

o Cardiology

o Clinical Genetics

o Clinical neurophysiology

o Clinical pharmacology and therapeutics

o Dermatology

o Endocrinology and diabetes

o Gastroenterology

o General internal medicine

o Genitourinary medicine

o Geriatric medicine

o Immunology

o Infectious diseases

o Medical oncology

o Medical ophthalmology

o Neurology

o Nuclear Medicine

o Otolaryngology (ENT)

o Palliative medicine

o Pharmaceutical medicine

o Rehabilitation medicine

o Renal medicine

o Respiratory medicine

o Rheumatology

o Sport and exercise medicine

o Stroke medicine

o Tropical medicine

o Obstetrics and gynaecology

o Occupational medicine

o Ophthalmology

o Paediatrics

o Paediatric cardiology

o Paediatrics

o Pathology

o Chemical pathology

o Haematology

o Histopathology

o Medical microbiology and virology

o Psychiatry

o Child and adolescent psychiatry

o Forensic psychiatry

o General psychiatry

o Liaison psychiatry

o Medical psychotherapy

o Old age psychiatry

o Psychiatry of intellectual disability

The Supplier will offer managed solutions covering full or partial Patient Pathways (e.g. outpatients, diagnostics, surgery, ward, administration). The extent to which the Supplier manages

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

UK

E-mail: info@coch-cps.co.uk

NUTS: UKD63

Internet address(es)

Main address: https://www.coch.nhs.uk/

I.1) Name and addresses

Eligible users can be viewed at https://www.coch-cps.co.uk/

UK

UK

E-mail: info@coch-cps.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.coch-cps.co.uk/

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

National Flexible Framework for the provision of On-Site Surgical and Medical Capacity Solutions

Reference number: F/044/OSMCS/21/IB

II.1.2) Main CPV code

85111000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The NHS is facing a period of intense pressure to reduce waiting lists. Trusts are looking towards innovative solutions to help reduce their referral to treatment times and increase efficiency through better utilisation of their existing facilities.

NHS Trusts may find it difficult to meet referral to treatment (RTT) targets due to lack of capacity. Locum staff can fill gaps but Trusts still need to manage the patient pathway which may not be possible outside normal hours (e.g. evenings & weekends). On-site Surgical and Medical Capacity Solutions (sometime known as “Insourcing”) will act in a complementary way to partially or totally manage the Pathway for referred Patients.

This Framework Agreement will facilitate maximisation of in-house capacity to a level that the Participating Authorities can reduce the need for additional mobile facilities and outsourcing. At the same time, in-patient and out-patient waiting times will be reduced, referrals will be expedited, service quality will be improved and patient satisfaction will be positively impacted.

The Countess of Chester Hospital NHS Foundation Trust’s Commercial Procurement Service seeks to introduce a new, flexible commercial Framework Agreement which will allow UK public bodies to procure on-site surgical and medical capacity solutions. This will enable Participating Authorities to act quickly in realising efficiencies.

The services in scope of this procurement process are healthcare services which fall under ‘social and other specific services’ in Section 7 of the Public Contracts Regulations 2015 (‘PCR’) (as amended). In accordance with Regulation 76 PCR, the process is to set up a framework agreement and will follow a procedure similar to the open procedure. However, the Framework Manager and the contracting authorities using the framework are only bound by the parts of the PCR that specifically apply to social and other specific services.

For the avoidance of doubt, the rules that apply to the open procedure under Regulation 27 and framework agreements under Regulation 33 do not apply to this procurement. All providers that meet the minimum requirements set out under the procurement process will be appointed to the framework agreement. There will be no maximum number of providers appointed.

As previously advertised in Contract Notice 2021/S 000-014621 the Framework will be re-opened to new applicants annually, approximately 90 days before the anniversary of the Framework Commencement Date. Previously appointed Suppliers will NOT be obliged to re-apply on an annual basis. Framework Suppliers appointed on the first anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 3 years duration; Framework Suppliers appointed on the second anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 2 years duration and Framework Suppliers appointed on the third anniversary of the Framework Commencement Date will be awarded a Framework Agreement of up to 1 year duration.

The ITT process will be as described in this document. New appointments to the Framework will commence on each anniversary of the Framework Commencement Date.

This ITT concerns the second re-opening of the Framework to new applicants.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 816 000 000.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The overall aims of the Services are to provide NHS Organisations with fully compliant solutions which supplement the delivery of patient care by NHS Organisations in line with the NHS’ core Key Performance Indicators and standards including but not limited to:

• A&E 4 hour wait targets;

• elective 18 week Referral to Treatment targets;

• cancelled procedures targets;

• bed availability and utilisation targets;

• timely and appropriate diagnostic testing targets;

• urgent 2 week GP referral rules for suspected cancer; and

• any core targets and standards introduced over the term of this framework.

The Services will aim:

• To provide high quality support that can be called upon at relatively short notice.

• To prevent inappropriate waiting times for patients and assist NHS Organisations in meeting national targets and guidelines.

• To enable delivery of a Patient Pathway from referral to treatment that removes unnecessary delay in treatment.

• To deliver treatment that is safe and effective in facilities that are owned and operated by an NHS Organisation (that is to deliver an “insourcing” service).

• To establish a positive working relationship between an NHS Organisation and the Supplier to facilitate and maximise service delivery, the emphasis being on timely, quality, cost effective, evidence-based care, with appropriate clinical protocols and audit where possible.

• To provide medical, nursing or other staff as a part of the Services to perform clinical and support activities, including therapies and administration.

• To help Trusts to avoid unnecessary, inappropriate primary and secondary referrals.

• To provide tailored audit and review processes with national and locally agreed Key Performance Indicators.

The Services will cover the full range of Surgical and Medical specialties and sub-specialities, including but not limited to:

• Surgical specialties

o Cardiothoracic

o General

o Neurosurgery

o Oral & maxillofacial (including minor oral surgery)

o Ophthalmic

o Otolaryngology (ENT)

o Paediatric

o Plastic

o Trauma & orthopaedic

o Urology

o Vascular

• Medical specialties

o Anaesthesia

o Clinical oncology

o Clinical radiology

o Emergency medicine

o Intensive care medicine

o Medicine

o Acute internal medicine

o Allergy

o Audiovestibular medicine

o Cardiology

o Clinical Genetics

o Clinical neurophysiology

o Clinical pharmacology and therapeutics

o Dermatology

o Endocrinology and diabetes

o Gastroenterology

o General internal medicine

o Genitourinary medicine

o Geriatric medicine

o Immunology

o Infectious diseases

o Medical oncology

o Medical ophthalmology

o Neurology

o Nuclear Medicine

o Otolaryngology (ENT)

o Palliative medicine

o Pharmaceutical medicine

o Rehabilitation medicine

o Renal medicine

o Respiratory medicine

o Rheumatology

o Sport and exercise medicine

o Stroke medicine

o Tropical medicine

o Obstetrics and gynaecology

o Occupational medicine

o Ophthalmology

o Paediatrics

o Paediatric cardiology

o Paediatrics

o Pathology

o Chemical pathology

o Haematology

o Histopathology

o Medical microbiology and virology

o Psychiatry

o Child and adolescent psychiatry

o Forensic psychiatry

o General psychiatry

o Liaison psychiatry

o Medical psychotherapy

o Old age psychiatry

o Psychiatry of intellectual disability

The Supplier will offer managed solutions covering full or partial Patient Pathways (e.g. outpatients, diagnostics, surgery, ward, administration). The extent to which the Supplier manages Patient Pathways will be agreed with the NHS Organisation and described in the Call Off Contract Project Specification. Any prescribing requirement will be agreed with the NHS Organisation and described in the Call Off Contract Specification.

The Services may include Patient Pathway management tools, such as digital pathway management and digital triage solutions.

The Services may include the sourcing by the Supplier of additional high quality capital equipment and/or infrastructure upgrades.

II.2.5) Award criteria

Quality criterion: Project management approach / Weighting: 30

Quality criterion: Corporate governance / Weighting: 30

Quality criterion: Clinical governance / Weighting: 30

Cost criterion: Commercial / Weighting: 10

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-017536

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

22/09/2023

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Britannia Vision Ltd

Shrewsbury

UK

NUTS: UKG2

The contractor is an SME: Yes

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

Total value of the contract/lot: : 816 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/09/2023

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Clinical Support Services Alliance Ltd

Bristol

UK

NUTS: UKK11

The contractor is an SME: Yes

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

Total value of the contract/lot: : 816 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

11/09/2023

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Eyeone Vision Limited

Manchester

UK

NUTS: UKD33

The contractor is an SME: Yes

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

Total value of the contract/lot: : 816 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

26/09/2023

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Pathfinder Health Solutions Ltd

Manchester

UK

NUTS: UKD33

The contractor is an SME: Yes

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

Total value of the contract/lot: : 816 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/10/2023

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

SAH Diagnostics Ltd

London

UK

NUTS: UKI

The contractor is an SME: Yes

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

Total value of the contract/lot: : 816 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/10/2023

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Shire Surgical Ltd

Taunton

UK

NUTS: UKK23

The contractor is an SME: Yes

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

Total value of the contract/lot: : 816 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/10/2023

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Pioneer Healthcare Limited

Derby

UK

NUTS: UKF11

The contractor is an SME: No

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

Total value of the contract/lot: : 816 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.4.2) Body responsible for mediation procedures

Countess of Chester Hospital NHS Foundation Trust

Chester

UK

VI.5) Date of dispatch of this notice

27/10/2023

Coding

Commodity categories

ID Title Parent category
85111000 Hospital services Hospital and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
info@coch-cps.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.