Contract

Specialist Radiology Reporting

  • Royal National Orthopaedic Hospital NHS Trust

F03: Contract award notice

Notice identifier: 2024/S 000-032136

Procurement identifier (OCID): ocds-h6vhtk-04a68b

Published 7 October 2024, 4:29pm



Section one: Contracting authority

one.1) Name and addresses

Royal National Orthopaedic Hospital NHS Trust

Brockley Hill

Stanmore

HA7 4LP

Contact

Stephen Marshman

Email

stephen.marshman@nhs.net

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

https://www.rnoh.nhs.uk

Buyer's address

https://www.rnoh.nhs.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Specialist Radiology Reporting

Reference number

RNOH-SRR-24/25

two.1.2) Main CPV code

  • 85150000 - Medical imaging services

two.1.3) Type of contract

Services

two.1.4) Short description

Specialist radiology reporting for sarcoma and complex spines . RNOH is one of five hospitals designated as a Joint Soft Tissue and Bone Sarcoma MDT Provider in England. This is an NHS tertiary service requiring experience and qualified staff.

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: £450,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon
Main site or place of performance

Royal National Orthopaedic Hospital NHS Trust
Brockley Hill
Stanmore
HA7 4LP

two.2.4) Description of the procurement

This is a new service. The intention is to award a contract under the Most Suitable Provider Process. The estimated value of the contract is £450,000.

The Royal National Orthopaedic NHS Trust (RNOH) has been delegated by NHS England to provide specialist sarcoma services in line with the national service specification. RNOH is one of five hospitals designed as Joint Soft Tissue and Bone Sarcoma MDT Provider in England. This is an NHS tertiary service. The service follows the national service specification which can be viewed here: NHS commissioning » Sarcoma Services (all ages) (england.nhs.uk)

This service requires appropriately trained and experienced radiologists who can support the hospital to meet the terms of the specification. Principally this is reporting on scans related to soft tissue and bone sacoma in a timely and accruate manner. Due to increasing demand, this would be up to around 500 scans to be reported each month.

two.2.5) Award criteria

Cost criterion - Name: Most suitable provider process with regard to key criteria / Weighting: 100

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


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 procurement falls outside the scope of application of the regulations

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 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 15th October 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the 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

4 October 2024

five.2.2) Information about tenders

Number of tenders received: 3

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

five.2.3) Name and address of the contractor

Stanmore Orthopaedic Imaging Solutions LLP

12 Magnolia Drive

Watford

WD23 4AH

Country

United Kingdom

NUTS code
  • UKH2 - Bedfordshire and Hertfordshire
National registration number

OC453310

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £450,000

Lowest offer: £450,000 / Highest offer: £450,000 taken into consideration


Section six. Complementary information

six.3) Additional information

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 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 the relevant authority by 15th October 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Contact: stephen.marshman@nhs.net

The decision-makers were: Operational Manager for Imaging at the Royal National Orthopaedic Hospital NHS Trust; Head of Contracts at the Royal National Orthopaedic Hospital NHS Trust; Director of Business Intelligence & Performance at the Royal National Orthopaedic Hospital NHS Trust. The decision was ratified by the Royal National Orthopaedic Hospital NHS Trust Executive Committee on 2nd October 2024. No conflicts of interest were declared.

The key criteria considered for the recommendation to award is based on the experience and capacity of providers to accurately and within required timescales report on images relating to patients with potential Soft Tissue and Bone Sarcoma. This skillsket is rare as there are only 5 nationally designated centres for this NHS activity. The Authority considered each of the key criteria equally. This included the likely ability to report complex scans without re-reporting (Quality and Innovation); the importance of accuracy due to the costs and resources implications (Value). The provider selected as the most suitable provider has significant experience in this niche area and the capacity (in terms of number of radiologists) to deliver the significant volumes of activity required each month. Other providers considered had some radiologists who could potentially meet the need, but not at the same level and in some cases in only a related field.

six.4) Procedures for review

six.4.1) Review body

Independent Choice and Procurement Panel.

Wellington House

London

SE1 8UG

Country

United Kingdom

Internet address

https://www.england.nhs.uk

six.4.4) Service from which information about the review procedure may be obtained

Independent Choice and Procurement Panel.

Wellington House

London

SE1 8UG

Country

United Kingdom

Internet address

https://www.england.nhs.uk