Prior information notice
This notice is for prior information only
Section I: Contracting
authority
I.1) Name and addresses
East Suffolk and North Essex NHS Foundation Trust
Colchester District General Hospital,Turner Road
COLCHESTER
CO4 5JL
UK
Contact person: Commissioning
E-mail: commissioning@esneft.nhs.uk
NUTS: UKH14
Internet address(es)
Main address: https://www.esneft.nhs.uk/
Address of the buyer profile: https://www.esneft.nhs.uk/
I.3) Communication
Additional information can be obtained from the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://atamis-1928.my.site.com/s/Welcome
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Adult Transthoracic Echocardiography insourcing provision
Reference number: ESNEFT3181
II.1.2) Main CPV code
85121231
II.1.3) Type of contract
Services
II.1.4) Short description
Adult Transthoracic Echocardiography insourcing provision award to the existing provider under Direct Award Process C
II.1.5) Estimated total value
Value excluding VAT:
182 280.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH14
II.2.4) Description of the procurement
award to the existing provider under Direct Award Process C
II.2.14) Additional information
INTENTION TO AWARD NOTICE<br/><br/>SCHEDULE 3 <br/><br/>Regulation 9(4)<br/><br/>Content of notice of intention to award to the existing provider under Direct Award Process C<br/><br/>1. A statement that the relevant authority is intending to award a contract to an existing provider following Direct Award Process C.<br/><br/>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 27 March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR<br/><br/>2.The contract title and reference.<br/><br/><br/>Title: Adult Transthoracic Echocardiography insourcing provision<br/>Reference: Adult Transthoracic Echocardiography insourcing provision, ESNEFT reference: ESNEFT 3181<br/><br/>3.The name and address of the registered office or principal place of business of the provider to whom an award is to be made.<br/><br/>Elective Services Limited<br/>20-22 Wenlock Road, <br/>London, <br/>England, N1 7GU<br/><br/>4.A description of the relevant health care services to which the contract relates, including the most relevant CPV code<br/><br/>Description – Adult Transthoracic Echocardiography Services at Ipswich Hospital<br/>CPV Code 85121231-1 - Cardiology Services<br/><br/>5.The approximate lifetime value of the contract.<br/><br/><br/>£182,280<br/><br/>6.Details of the award decision-makers.<br/><br/><br/>Key Individuals - East Suffolk and North Essex NHS Foundation Trust (ESNEFT):<br/><br/>Divisional Management Team (DMT) – Medicine and Community, Ipswich and East Suffolk (MACIES):<br/><br/>Divisional Director of Operations - MACIES<br/>Deputy Associate Director of Operations – MACIES <br/>Head of Finance – MACIES<br/><br/>7.A statement explaining the award decision-makers’ reasons for selecting the chosen provider, with reference to the key criteria.<br/><br/>The Decision-makers considered the existing performance against the Key Criteria assessing against the following:<br/><br/>1) Quality and Innovation<br/>Clinical quality has been monitored throughout the contract period via audits of echocardiography reporting standards. The provider has consistently delivered activity in line with expected clinical quality standards and has integrated effectively with the Trust’s cardiac physiology team and clinical governance structures. Internal review of imaging quality and reporting accuracy has confirmed that the work undertaken meets the required professional standards for diagnostic echocardiography. The provider has therefore demonstrated the ability to maintain safe, high-quality diagnostic services.<br/><br/>2) Value<br/>Value has been assessed through ongoing monitoring of cost against activity delivered and the impact of the service on Trust performance. The agreed contract price remains below national tariff and is compliant with the Trust’s insourcing policy. The provider’s activity has materially supported the reduction of the Trust’s DM01 waiting list for echocardiography.<br/><br/>3) Integration, Collaboration and Service Sustainability<br/>This criterion has been assessed through operational monitoring of the service and regular review of the Trust’s DM01 performance position for adult TTE. The provider has demonstrated effective integration with the in-house cardiac physiology team, working collaboratively to increase overall diagnostic capacity and support backlog reduction. The provider’s workforce has operated alongside substantive staff and has been flexible in aligning activity with service requirements. This collaborative approach has enabled the Trust to maintain diagnostic performance and provides confidence that the provider can continue to meet the Trust’s needs during the proposed contract period.<br/><br/>4) Improving Access, Reducing Health Inequalities and Facilitating Choice<br/>The provider has supported improved access to echocardiography diagnostics by providing additional activity which has directly contributed to reducing waiting times for patients. This has been evidenced through monitoring of the Trust’s DM01 waiting list and diagnostic performance metrics. The provider has also demonstrated flexibility in workforce deployment, including provision of additional capacity during weekends when required, supporting improved utilisation of diagnostic facilities and enabling patients to access appointments more quickly. This additional capacity has therefore supported improved access to diagnostic services across the Trust’s catchment population.<br/><br/>5) Social Value<br/>Social value has been considered in relation to workforce deployment and environmental considerations. The provider has supplied clinicians who are able to work locally, reducing travel requirements and supporting a better work-life balance for the workforce. In some cases, staff delivering the service have utilised public transport for travel to the Trust. Local resourcing and reduced travel requirements contribute to lower environmental impact and support the Trust’s sustainability objectives. <br/><br/>8.Any declared conflicts or potential conflicts of interest.<br/><br/><br/>None declared<br/><br/>9.Information as to how any conflicts or potential conflicts of interest were managed.<br/><br/>Confirm - External key personnel follow Declaration of interest process. At all meetings attendees are/will be asked to declare any interests.
II.3) Estimated date of publication of contract notice:
18/03/2026
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section VI: Complementary information
VI.5) Date of dispatch of this notice
18/03/2026