Contract

NHS Standard Sub-Contract for the in-sourcing provision of GP Front Door Service in Emergency Department

  • THE JAMES PAGET UNIVERSITY HOSPITALS NHS FOUNDATION TRUST

F03: Contract award notice

Notice identifier: 2025/S 000-005459

Procurement identifier (OCID): ocds-h6vhtk-04e2f2

Published 17 February 2025, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

THE JAMES PAGET UNIVERSITY HOSPITALS NHS FOUNDATION TRUST

JAMES PAGET HOSPITAL

GREAT YARMOUTH

NR316LA

Contact

Tracy Palmer

Email

tracy.palmer@jpaget.nhs.uk

Telephone

+44 1493452263

Country

United Kingdom

Region code

UKH15 - Norwich and East Norfolk

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.jpaget.nhs.uk/

one.4) Type of the contracting authority

Other type

NHS Hospital

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NHS Standard Sub-Contract for the in-sourcing provision of GP Front Door Service in Emergency Department

two.1.2) Main CPV code

  • 85110000 - Hospital and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of GP Streaming for Emergency Department (ED) services.

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: £946,464

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

James Paget University Hospitals NHS Foundation Trust, Gorleston, Norfolk.

two.2.4) Description of the procurement

Provision of clinical and administrative staff in order to provide a GP Streaming service, to meet the following:

• Create a separate and independent Primary Care service, much like a GP Branch Practice, located at the front door of the ED.

• To release pressure from ED

• Reduce breach rates in minors

• To select clinically appropriate patients who walk in/self-present through the front door of ED and offer them a Primary Care type appointment. Patients will always have the option to proceed to ED should they wish.

• Prevent unplanned admissions

This notice is an intention to award the contract to an existing provider under direct award process 'C.'

The contract term is for 1 year from the 1st April 2025 until the 31st March 2026.

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. / Weighting: 100

Price - Weighting: 100%

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 1 year.


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 services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
  • New works/services, constituting a repetition of existing works/services

Explanation:

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provision of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by the 28th February 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under PSR.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


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

3 January 2025

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

Norfolk Primary Care

Norwich

Country

United Kingdom

NUTS code
  • UKH1 - East Anglia
Justification for not providing organisation identifier

Not on any register

Internet address

https://norfolkprimarycare.com

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £946,464

Total value of the contract/lot: £946,464


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this 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. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by the end of 28th February 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Written representations should be made to: tanya.clarke@jpaget.nhs.uk.

The award decision is made by Operational Directors and contracting team at the James Paget University NHS Hospitals Foundation Trust.

There are no conflicts.

The key criteria for making this decision is the contractor's ability to:

Steer appropriate patients away from or out of highly pressured EDs, to co-located GP led Primary Care Services and ensure the following:

• Patients receive the care that they need

• Performance against the four hour standard improves, whilst making sure that those patients who need a GP can see them.

The evaluation was set against the contractor's ability to:

• Create a separate and independent Primary Care service, much like a GP Branch Practice, located at the front door of ED.

• To release pressure from the ED department

• Reduce breach rates in minors

• To select clinically appropriate patients who walk in/self-present through the front door of ED and offer them a Primary Care type appointment.

Also considered is that the primary interdependency relates to the links with Primary Care. The sub-contractor is expected to have regard to all service conditions which relate to the interface between Primary and Secondary Care which are listed under Schedule 2G and also available in the Service Conditions of the NHS Sub-Contract (full length).

All of these separate criteria are essential to the provision of this service which on analysis of the contractor's performance have been met and the continuation of which is in the best interests of patient care.

six.4) Procedures for review

six.4.1) Review body

James Paget University NHS Hospitals Foundation Trust

Gorleston, Norfolk

Country

United Kingdom