Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

Routine Elective Care Services for NHS Herefordshire & Worcestershire Clinical Commissioning Group

  • Cyhoeddwyd gyntaf: 01 Chwefror 2022
  • Wedi'i addasu ddiwethaf: 01 Chwefror 2022
  • Fersiwn: N/A
  •  

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
NHS Midlands and Lancashire CSU
ID Awudurdod:
AA78408
Dyddiad cyhoeddi:
01 Chwefror 2022
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Commissioner requires an Independent Sector Provider to deliver the following:

To provide NHS patients with a clinically safe and effective routine elective outpatient, day case and in-patient service that is responsive to their needs.

• To ensure the availability and range of elective surgical providers to improve choice for patients.

• To stimulate improved efficiencies in NHS providers through collaborative working.

• To reduce the need to spot purchase from the independent sector.

• To offer services in protected elective surgical beds which are not affected by emergency demands.

The Commissioner requires the service provider to deliver the following services:-

• New Outpatient appointments

• Follow-up Outpatient appointments

• Outpatient procedures

• Day case procedures

• Inpatient procedures

The provider will perform activity within the following specialties in line with the Exclusion Criteria, as set out in the Service Specification, and in line with the host Commissioner’s Commissioning Policies:-

• ENT

• General Surgery

• Gynaecology

• Gastroenterology

• Orthopaedics

• Ophthalmology

• Urology

• Physiotherapy

Aims:

The overall aims of this service are:

• To deliver a high-quality routine elective service that meets the needs of NHS patients, locally

• To ensure patients receive appropriate assessment, diagnosis and treatment in a timely manner which helps reduce or prevent long term disability from their condition.

• To ensure that patients are only treated where clinically appropriate and in accordance with the patient’s host Commissioner’s Commissioning Policies.

• To achieve a maximum waiting time of 18 weeks from GP referral to commencement of treatment (noting this requirement has been impacted by the UKs Government's policy response to covid-19).

• To provide timely access to any required diagnostic services e.g. X-ray, Pathology, Magnetic resonance imaging (MRI), Ultrasound within four weeks of assessment including reports. To ensure every referral follows a pathway as agreed with the Commissioner that optimises both the patient outcome and use of resources.

• To offer choice of appointment with a directly bookable service at the point of referral.

• To demonstrate equity of access in the delivery of this service.

• To deliver a high-quality safe service compliant with all NHS regulations.

• To deliver services within a key performance indicator framework.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

NHS Midlands and Lancashire CSU

Heron House, 120 Grove Road

Stoke on Trent

ST4 4LX

UK

Ffôn: +44 7557487934

E-bost: lyle.lloyd@nhs.net

NUTS: UKG

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://mlcsu.bravosolution.co.uk

I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Routine Elective Care Services for NHS Herefordshire & Worcestershire Clinical Commissioning Group

II.1.2) Prif god CPV

85100000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

NHS Herefordshire & Worcestershire Clinical Commissioning Group sought Independent Sector Providers to provide extra capacity for the local recovery of routine elective care services post covid-19.

A contract was awarded to Spire South Bank Hospital by NHS Herefordshire & Worcestershire Clinical Commissioning Group to provide NHS patients in the Clinical Commissioning Group's locality with a clinically safe and effective routine elective outpatient, day case and in-patient service that is responsive to their needs.

The contract duration is 18 months (from 1st October 2021 to March 31st 2023) to facilitate stabilisation of the system on a number of levels. This allows Herefordshire & Worcestershire Integrated Care System sufficient time to settle in as from 1st April 2022; sufficient time for resources to optimise post covid-19; and further time to consider future potential procurement options within redesigned care pathways.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 10 405 881.00 GBP

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKG11

UKG12


Prif safle neu fan cyflawni:

The counties of Herefordshire & Worcestershire.

II.2.4) Disgrifiad o’r caffaeliad

The Commissioner requires an Independent Sector Provider to deliver the following:

To provide NHS patients with a clinically safe and effective routine elective outpatient, day case and in-patient service that is responsive to their needs.

• To ensure the availability and range of elective surgical providers to improve choice for patients.

• To stimulate improved efficiencies in NHS providers through collaborative working.

• To reduce the need to spot purchase from the independent sector.

• To offer services in protected elective surgical beds which are not affected by emergency demands.

The Commissioner requires the service provider to deliver the following services:-

• New Outpatient appointments

• Follow-up Outpatient appointments

• Outpatient procedures

• Day case procedures

• Inpatient procedures

The provider will perform activity within the following specialties in line with the Exclusion Criteria, as set out in the Service Specification, and in line with the host Commissioner’s Commissioning Policies:-

• ENT

• General Surgery

• Gynaecology

• Gastroenterology

• Orthopaedics

• Ophthalmology

• Urology

• Physiotherapy

Aims:

The overall aims of this service are:

• To deliver a high-quality routine elective service that meets the needs of NHS patients, locally

• To ensure patients receive appropriate assessment, diagnosis and treatment in a timely manner which helps reduce or prevent long term disability from their condition.

• To ensure that patients are only treated where clinically appropriate and in accordance with the patient’s host Commissioner’s Commissioning Policies.

• To achieve a maximum waiting time of 18 weeks from GP referral to commencement of treatment (noting this requirement has been impacted by the UKs Government's policy response to covid-19).

• To provide timely access to any required diagnostic services e.g. X-ray, Pathology, Magnetic resonance imaging (MRI), Ultrasound within four weeks of assessment including reports. To ensure every referral follows a pathway as agreed with the Commissioner that optimises both the patient outcome and use of resources.

• To offer choice of appointment with a directly bookable service at the point of referral.

• To demonstrate equity of access in the delivery of this service.

• To deliver a high-quality safe service compliant with all NHS regulations.

• To deliver services within a key performance indicator framework.

II.2.5) Meini prawf dyfarnu

Price

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Dyfarnu contract heb gyhoeddi galwad am gystadleuaeth yng Nghyfnodolyn Swyddogol yr Undeb Ewropeaidd ymlaen llaw

Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:

Mae’r caffaeliad y tu allan i gwmpas cymhwysiad y gyfarwyddeb

Esboniad

The UK Government's policy in response to covid-19 initially gave rise to a situation of extreme urgency brought about by unforeseeable events. Following this, it became vital for NHS organisations to build in extra capacity locally for the recovery of the routine elective care services (and the wider healthcare system) post covid-19. The award of this contract is a follow-on contract from previous arrangements, and so the necessary linkage with current pathways is already established locally to ensure minimum disruption to the patient whilst urgent catch-back on resources and capacity is established.

The contract duration for this directly awarded contract was subject to detailed discussions by the contracting authority and it was agreed that a period of 18 months (from 1st October 2021 to 31st March 2023) would be advisable to facilitate system stabilisation on a number of levels. This would allow the new structure of the Herefordshire & Worcestershire Integrated Care System time to settle in; time for resources to be optimized post covid-19; and time to consider potential future procurement options within redesigned care pathways. The estimate value for this period of time is circa £10,405,881.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

Section V: Dyfarnu contract

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

30/09/2021

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 1

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Spire South Bank Hospital

Spire South Bank Hospital, 139 Bath Road

Worcester

WR5 3YB

UK

NUTS: UKG12

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: 10 405 881.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

NHS Herefordshire and Worcestershire CCG

The Coach House, John Comyn Drive, Perdiswell,

Worcester

WR3 7NS

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

31/01/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85100000 Gwasanaethau iechyd Gwasanaethau iechyd a gwaith cymdeithasol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
lyle.lloyd@nhs.net
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.