Section one: Contracting authority
one.1) Name and addresses
Royal National Orthopaedic Hospital NHS Trust
Brockley Hill
Stanmore
HA7 4LP
Contact
Stepehen Marshman
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
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
Managed Service Resident Doctors (RD’s)
Reference number
PRO-798-2024
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Managed Resident Doctors Services, operating 24/7, The supplier will provides RNOH with Junior Clinical Fellow grade general medical and surgical cover for the entire RNOH (Stanmore campus) bed base 24 hours per day, 365 days per year (including weekends and bank holidays), for the full duration of the contract. Junior Clinical Fellow grade is considered to be of equal or greater experience to the UK post FACD 5.2 level. (FACD = Foundation Assessment of Competence Document).
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: £372,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
- 85111000 - Hospital services
- 85141000 - Services provided by medical personnel
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
The RNOH aims to deliver safe, effective, high quality care at all times. However, in relation to medical, and in particular SHO cover, this has become increasingly challenging over the past few years. The Trust’s inability to attract and retain an adequate SHO workforce has resulted in a growing clinical risk for our services which is reflected within the Trust’s Risk Register and compounded by factors such as increasing inpatient acuity and weekend surgical activity.
It has been well recognised for some time that the model for safe medical cover across the Trust needs to be revised and following significant consideration the priority for this identified as safe, reliable out of hours and emergency SHO level cover throughout the whole week. This is perceived to be the safe foundation from which further workforce transformation and remodelling can then be undertaken.
The adoption of a managed contract Resident Doctor model to provide 24 hour cover 7 days a week through an external provider, comprising of 4 WTE doctors alternating between weeks of day shifts and night shifts, with a full week off between duty periods. A tender process would be undertaken to identify a preferred provider with the aim to implement the this service mode.
Full OJEU restricted process was undertaken and the service was awarded to NES UK Limited on the 4th November 2019 and the contract expires on the 25th October 2024.
The intention is to award a contract under the Most Suitable Provider Process to NES UK Limited for 17 months.
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 25th 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
14 October 2024
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
NES HOLDINGS (UK) LIMITED
100 Prince Of Wales Road
NORWICH
NR1 1NJ
Country
United Kingdom
NUTS code
- UKH17 - Breckland and South Norfolk
Internet address
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: £372,000
Total value of the contract/lot: £372,000
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 25th 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: General Manager, Medical Directorate at the Royal National Orthopaedic Hospital NHS Trust; Deputy Chief Executive at the Royal National Orthopaedic Hospital NHS Trust; The decision was ratified by the Royal National Orthopaedic Hospital NHS Trust Executive Committee on 9th September 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. The existing provider is satisfying its existing contract, will likely satisfy the new contract to a sufficient standard, and the proposed contracting arrangements are not changing considerably and the term of the existing contract is due to expire and RNOH proposes a new contract to replace the existing contract at the end of its term. To enter into a new contract for a period of 17 months.
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
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