Provision of Insourced Endoscopy Services YSTH

Open

Value

£2,500,000

Classifications

  • Medical specialist services

Tags

  • tender

Submission Deadline

4 days from now

Published

1 week ago

Description

Using the Provider Selection Regime (PSR) Competitive Process the Trust is seeking to appoint a CQC registered Provider for the provision of Insourced Endoscopy Services for clinics to be operated at York Hospital Endoscopy Unit, Scarborough Hospital Endoscopy Unit and Bridlington Hospital Endoscopy Unit to assist in backlog clearance and reduction to patient waiting lists. <br/><br/>CPV code: 85121200-5 Medical Specialist Services<br/><br/>Proposed activity:<br/>12 endoscopy sessions per week - one procedure room with morning (09.00-13.00) and afternoon (14.00-18.00) sessions running Monday - Friday. There is also the potential for weekend working should the service require additional insourcing capacity. <br/>12 endoscopy units to be performed during each session and unit allocation is based on complexity of the procedures. <br/>•	Colonoscopy - 2 units <br/>•	Gastroscopy - 1 unit<br/>•	Flexible Sigmoidoscopy - 1 unit<br/>•	Therapeutic procedures will attract a higher points allocation.<br/>This plan is provisional, and requirements may change, including the possibility of evening and weekend endoscopy activity.<br/><br/>Staffing Required:<br/>The Provider should be able to provide consultant and clinical endoscopists with appropriate qualifications, training, accreditation and experience. <br/>Approximately half the sessions (6 per week) will also require an endoscopist to perform the required procedures. During the period of insourced endoscopy, the service will require access to endoscopists able to perform:<br/>•	Colonoscopy; including chromoendoscopy and polypectomy <br/>•	Flexible sigmoidoscopy<br/>•	Gastroscopy; including diagnosis/treatment of oesophageal varices and Barrett’s oesophagus surveillance<br/>•	Bowel cancer screening accreditation is required but not essential for all endoscopists. <br/><br/>Accreditation/Experience required:<br/>The provider must complete the JAG checklist for insourcing and provide evidence where required. Documents can be found at https://www.thejag.org.uk/JAGguidance <br/>The provider must have CQC registration for the services being provided. <br/>All endoscopists must be JAG accredited and compliant with British Society of Gastroenterology (BSG) quality and audit standards. CVs and KPIs for endoscopists will be reviewed by the Clinical Lead for Endoscopy at the Trust and must meet approval. Bowel Cancer Screening endoscopists must be accredited by the Bowel Cancer Screening Accreditation (BCSA) programme.<br/>All endoscopists must follow agreed local follow-up procedures i.e. request GI clinics and surveillance follow-up intervals as per service guidelines (based on BSG guidance, information will be provided).<br/>All endoscopists must have a minimum twelve (12) months experience of working within an endoscopy service of an acute NHS hospital setting. <br/>All registered nurses (RN’s) should be trained in both upper and lower endoscopy and have a minimum twelve (12) months NHS hospital endoscopy experience. <br/>All nurses should be competent in supporting polypectomy and chromoendoscopy procedures. <br/><br/>Proposed length of contract and estimated value:<br/>The intention is to award a contract for the 14 months from 02/02/2026 to 31/03/2027 with options to extend for 2 additional periods of 3 months each.<br/>Based on current activity levels and requirements the maximum estimated contract value is approximately £1,500,000 per 12 months, i.e. £1,750,000 for the initial 14 months and up to £2,500,000 if the full extension option is exercised.<br/>Please note, however, that there is no guarantee of any level of work under the proposed contract and there is no guaranteed minimum contract value. Activity levels and contract value will be determined in response to the circumstances at the time and throughout the duration of the contract.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Provision of Insourced and Outsourced Clinical Services Framework (Framework Re-opening)

The aim of this Framework is to provide Relevant Authorities with fully compliant solutions which supplement the delivery of patient care by Relevant Authorities in line with the NHS' core Key Performance Indicators and standards. The Framework has two Lots. Lot 1 Insourced Clinical Services Lot 2 Outsourced Clinical Services Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment. Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider. Insourced and Outsourced Services will include the full range of Surgical and Medical specialties and sub-specialties. The specialties and sub-specialties are those listed by the various Surgical and Medical Royal Colleges. This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. Tenderers may Tender for one or both Lots of the Framework. The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together the PSR) for use by all Relevant Authorities (and any future successors to these organisations). "Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-016528 published 23 April 2025.

Open

Toxicology Services - Drug and Alcohol Testing

The GPhC wishes to inform the market of our intention to procure the provision of Toxicology Services - Drug and Alcohol Testing. Where there are concerns regarding physical or mental health, specifically drug and alcohol misuse, the GPhC may necessitate a Pharmacy Registrant (donor) undergo medical assessment, forming part of a wider Fitness to Practise investigation. In such cases, Toxicology Services (drug and alcohol testing) will be required to ascertain: i. if substance(s), as specified by the GPhC, have been used by the donor. ii. if substance(s), as specified by the GPhC, are being used by the donor. Moreover, a Registrant may also be required to enter a period of 'medical supervision' - monitoring to confirm compliance with any restrictions on their registration. Here, Toxicology Services (drug and alcohol testing) will be required to verify fulfilment of conditions set. The purpose of this notice is to raise awareness of our upcoming Request for Quotation sourcing activity, gauge accurate levels of market interest, and receive feedback on prospective plans/requirements in advance of the formal procurement process; to be announced in October 2025. Scope of services will include, the: 1. Supply of Phlebotomists and Specimen Collectors -throughout Great Britain- to collect donor samples: hair (head and body), nail, saliva, blood and urine. 2. Undertaking of sample drug testing for, but not limited to amphetamines, benzodiazepines, cannabinoids, cocaine, hallucinogens, hypnotic substances, ketamine, mephedrone, methadone, methamphetamines (including MDMA and MDEA), novel psychoactive substances, opiates, opioids, sedatives, steroids and tramadol. 3. Undertaking of sample alcohol -ethanol- testing; including phosphatidyl ethanol (PEth), carbohydrate-deficient transferrin (CDT) and fatty acid ethyl esters (FAEE) biomarkers, and ethyl glucuronide (EtG). 4. Undertaking of liver blood testing, formerly known as liver function tests (LFT). 5. Undertaking of full blood count testing (FBC), including mean corpuscular volume testing (MCV). 6. Secure email provision of sample analysis results within 3 working days; including the provision of supplementary reports which interpret results in an accessible (free from technical jargon, where possible), clear and concise manner. 7. Provision of a Certificate of Analysis (CoA). 8. Provision of testimony in the capacity of an Independent Expert Witness (where donor samples are tested for legal purposes). N.B. the Service Provider remains responsible for ensuring staff are adequately trained to undertake this requirement, if requested. Please note, samples are to be collected at a donors' home residence, or a neutral site as determined by the Service Provider. We kindly ask that all interested suppliers complete and submit this response form to Anna Kitoki, at [email protected] by 17:00 on 02.09.2025. Any interest shown does not constitute a commitment to participate; and failure to show interest does not restrict suppliers from participating in this and/or any other procurement process run by the GPhC.

Katy Reed

Published 1 month ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete