Contract award notice

Information

Published

Date of dispatch of this notice: 06/04/2021

External Reference: 2021-508250

TED Reference: 2021/S 069-177193

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

NHS Nottingham & Nottinghamshire CCG
na
Birch House, Southwell Road West, Rainworth
Mansfield
NG21 0HJ
UK
NUTS code:  UKF14 -  Nottingham
Internet address(es):
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

Provision of Non-Obstetric Ultrasound (NOUS) Any Qualified Provider (AQP) for Nottinghamshire Window 2
Reference number:  Notts NOUS AQP W2
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

NHS Nottingham & Nottingham CCG are seeking suitably qualified organisations under an AQP (Any Qualified Provider) arrangement to provide a local, direct access non-obstetric ultrasound service with staff qualified to appropriate levels of skill and experience, using ultrasound equipment which complies with the guidance set by the Royal College of Radiologists, connection to NHS image transfer solutions, the ability to integrate with e-Referral system, robust performance management systems and stringent levels of clinical governance and compliance with CQC essential standards.
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  UKF1 -  Derbyshire and Nottinghamshire
II.2.4)

Description of the procurement

NHS Nottingham & Nottingham CCG are seeking suitably qualified organisations to provide a local, direct access non-obstetric ultrasound service with staff qualified to appropriate levels of skill and experience, using ultrasound equipment which complies with the guidance set by the Royal College of Radiologists, connection to NHS image transfer solutions, the ability to integrate with e-Referral system, robust performance management systems and stringent levels of clinical governance and compliance with CQC essential standards.
The care pathway being commissioned is pre-appointment communication with Patients, the diagnostic investigation and a report being sent to the referrer, which covers not only the description of the investigation and the findings, but also where appropriate covers any recommendations for further imaging or investigation and advice on management. Structured reporting will be encouraged to support local referrers in their options for further clinical management. The services will need to be fully quality assured, validated and supported by the local Commissioners.
The Provider must aim to provide an excellent Patient experience during all parts of the process – to include the examination and the administrative services. In order to measure this, Providers should have in place robust mechanisms for collecting Patient feedback using approaches that reflect the diverse nature of their Patient population. This should include as a minimum, a Patient satisfaction survey, and one real time feedback mechanism. There must be a sound process for receiving and dealing with suggestions, compliments and complaints.
The provider will be expected to perform Services across the geography of the Nottingham and Nottinghamshire CCG and Derby and Derbyshire CCG (Erewash patients only) Footprint.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Section A - Declarations  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section C - Insurance  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section D - Litigation  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section E - Technical and Professional Ability  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section F - Licensing and Registration  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section H - Environmental Management  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section I - Health and Safety  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section J - Data Security/Information Governance  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section K - Technical and Professional Ability  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section L - Mobilisation  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section N - Premises  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section O - Equality & Diversity  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section P - Clinical Governance  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section R - Service Specific Questions  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section S - Safeguarding  /  Weighting:  Pass/Fail
Quality criterion  -  Name:  Section T - IT  /  Weighting:  Pass/Fail
Price  -  Weighting:  0
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.1.8)

Information about the 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: 2020/S 238-589626

Section V: Award of contract

Contract No: 1

Title: Provision of Non-Obstetric Ultrasound (NOUS) Any Qualified Provider (AQP) for Nottinghamshire Window 2

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Contract No: 1

Title: Provision of Non-Obstetric Ultrasound (NOUS) Any Qualified Provider (AQP) for Nottinghamshire Window 2

A contract/lot is awarded: no
V.1)

Information on non-award

The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section VI: Complementary information

VI.3)

Additional information

Payment is made in line with national tariff prices. Minimum tariff of £40 for scan with duration of less than 20 minutes without contrast to maximum of £94 for scan with duration of 20 minutes and over with contrast. Other prices exist in the national tariff payment system.
VI.4)

Procedures for review

VI.4.1)

Review body

Arden & GEM Commissioning Support Unit
Birch House, Southwell Road West, Rainworth
Mansfield
NG21 0HJ
UK

VI.4.2)

Body responsible for mediation procedures

Arden & GEM Commissioning Support Unit
Birch House, Southwell Road West, Rainworth
Mansfield
NG21 0HJ
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Arden & GEM Commissioning Support Unit
Birch House, Southwell Road West, Rainworth
Mansfield
NG21 0HJ
UK