Contract for the Provision of Visiting Consultants

A Contract Award Notice
by THE JAMES PAGET UNIVERSITY HOSPITALS NHS FOUNDATION TRUST

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£7M
Sector
HEALTH
Published
29 Apr 2024
Delivery
not specified
Deadline
n/a

Concepts

Location

James Paget University Hospitals NHS Foundation Trust

Geochart for 2 buyers and 1 suppliers

Description

Sub-contract to provide Consultants for 15 different specialities which includes inpatient and outpatient activity, remote reporting, remote advice and MDT attendance.

Total Quantity or Scope

The specialities include: Cardiac MRI, Cardiology, ERCP, Gynaecology, Neurology, Oncology, Ophthalmology on call and Corneal service, Vascular, Oral surgery, Plastic surgery, Trauma and Orthopaedics Spinal, Trauma and Orthopaedics Paediatrics, Gynaecology, Thoracic and Nephrology. The award has been made under Direct Award Process A. The contract starts 01/04/2023 and ends 31/03/2027, so has a term of 3 years with a contract value of £3.3 m.

Award Detail

1 Norfolk & Norwich NHS Hospitals Trust (Norwich)
  • Num offers: 1
  • Value: £6,600,000

Renewal Options

3 year extension option 1+1+1

Award Criteria

No realistic alternative provider/patient choice 100.0
PRICE _

CPV Codes

  • 79625000 - Supply services of medical personnel

Indicators

  • Options are available.
  • Award on basis of price.

Other Information

This is a Provider Selection Regime (PSR) confirmation of contract award notice. The contract has been awarded under 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 process has been used as the services are only capable of being provided by the existing provider due to the nature of the services. The key decision makers for the James Paget University Hospital NHS Foundation Trust are the Divisional Operations Directors. Key Criteria: 1. Evidence of CQC registration- the sub-contractor will share evidence of CQC registration 2. Evidence of appropriate Indemnity Arrangements- the sub-contractor will share indemnity certificate with the authority on an annual basis 3. The sub-contractor must have a clinical governance framework in place for staff. 4. Fully trained and registered, qualified and experienced Consultants; a. Practitioner's experience and training is expected to be recorded, and provided upon request of the authority. 5. Sub-contractor infection control processes to be appropriate to the service being delivered and signed off by the Head Provider. 6. Able to deliver a 5 day a week service on-site at JPUH over 42 weeks per year 7. Cost effective. 8. Able to provide Consultants over a range of 15 specialities which includes outpatient, inpatient, MDT representation, remote reporting and remote advice.

Reference

Domains