Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
The NHS Commissioning Board (operating under the name of NHS England)
2nd Floor, Rutland House
Runcorn
WA7 2ES
UK
Contact person: Leigh Parker
E-mail: leigh.parker1@nhs.net
NUTS: UK
Internet address(es)
Main address: https://www.england.nhs.uk/
Address of the buyer profile: https://www.england.nhs.uk/
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Targeted Lung Health Check Programme: External Quality Assurance of Radiologists
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The TLHC programme are looking to procure an external QA platform for radiologists.<br/>The external quality assurance of radiologists who report on the TLHC programme forms part of the quality assurance standards published for the programme (the TLHC programme has been signed off and is operational).<br/>Once developed, all radiologists who report on the TLHC programme will have to undertake an annual external quality assurance (EQA) test to read low dose CT scans.<br/>This will involve radiologists reviewing a set number of CT scans with the results used to benchmark reporting of radiologists with peers.<br/>This process will establish a feedback loop, to measure the ongoing quality of radiologists reporting practices.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
885 739.84
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The TLHC programme are looking to procure an external QA platform for radiologists.<br/>The external quality assurance of radiologists who report on the TLHC programme forms part of the quality assurance standards published for the programme (the TLHC programme has been signed off and is operational).<br/>Once developed, all radiologists who report on the TLHC programme will have to undertake an annual external quality assurance (EQA) test to read low dose CT scans.<br/>This will involve radiologists reviewing a set number of CT scans with the results used to benchmark reporting of radiologists with peers.<br/>This process will establish a feedback loop, to measure the ongoing quality of radiologists reporting practices.<br/>The objectives of having an EQA are to:<br/>• Ensure reporting of low dose CT scans is evaluated to flag outliers who have high rates of recalls and high rates of interval cancers being detected.<br/>• Ensure radiologists that are outliers receive training and ongoing support overseen by the Responsible Radiologist and Clinical Director of Programme.<br/>•To help achieve the TLHC programme’s primary objective of diagnosing people who have lung cancer at an earlier stage and identifying those who do not have the disease.<br/>•To develop radiologists’ ability to detect early lung cancer without incurring unnecessary investigation of clinically unimportant findings in asymptomatic participants.<br/>•To provide a professional development platform for radiologists to learn from their reporting practices and benchmark themselves against their peers.<br/>•Similar EQA platforms are already in place for other image-based screening programmes, such as breast and colon cancer.<br/><br/>Lung cancer is a key focus for the national cancer programme, as Lung has a significant low proportion of diagnoses at stage 1 or 2.<br/><br/>There are four core deliverables required:<br/>•Overall responsibility for the system - obtaining CT scans for readers to review and develop marking/benchmarking criteria<br/>•Provide helpline service to users on an adhoc basis and escalate concerns as necessary<br/>•Provide data reports to users on their results, benchmarked against peers, and indicate areas for development<br/>•Provide data reports and presentations to NHSE
II.2.5) Award criteria
Price
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 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:
2021/S 000-004505
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
22/11/2021
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
University of Nottingham
RC000664
University Park Nottingham
Nottingham
NG7 2RD
UK
NUTS: UK
Internet address(es)
URL: www.nottingham.ac.uk
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 885 739.84
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Strand
London
WC2A 2LL
UK
E-mail: generaloffice@administrativecourtoffice.justice.gov.uk
Internet address(es)
URL: https://www.gov.uk/courts-tribunals
VI.5) Date of dispatch of this notice
22/12/2021