{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-6bae998e-b75a-4c3f-a565-c0945b0950c8-2019-06-11T14:19:57+01:00",
    "date": "2019-06-11T14:19:57+01:00",
    "ocid": "ocds-b5fd17-6bae998e-b75a-4c3f-a565-c0945b0950c8",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "HEE001-DN380240-33697215",
        "title": "Evaluation of the NHS GP Induction and Refresher Scheme Assessments",
        "description": "Background Information. The NHS GP Induction and Refresher (I&R Scheme) Scheme provides a safe, supported and direct route for qualified GPs to join or return to NHS general practice. It is designed for GPs who have previously been on the GMC Register and NHS England's Medical Performers List (NMPL) and would like to return to general practice after a career break, raising a family or time spent working abroad. The scheme also supports the safe introduction of overseas GPs who have qualified outside the UK and have no previous NHS experience. All GPs are required to be on NHS England's NMPL before they can practise. The I&R scheme must be completed before GPs can be approved for full inclusion on to the NMPL as an independent general practitioner. GPs not currently working in general practice can apply to return to the NMPL for up to two years after which they will need to apply to join again and complete the I&R Scheme. A revised Induction and Refresher scheme was launched in March 2015 to enable doctors who hold a recognised qualification in general practice and GMC registration to begin or return to practice as a GP. It is aimed at GPs who have qualified overseas and not worked in the NHS before (induction) and those who have worked as a NHS GP before but been away for over two years or more (refresher). Scope of Evaluation The review should look at the application process, MCQ assessments, simulated surgery and the workplace based assessment (WPBA) and suggest potential changes to improve efficiency, equity and transparency with regard to process; comments about validity, reproducibility and appropriateness of the assessments would also be useful. A full psychometric analysis is not however required. HEE would like answers to the following questions: * Is the current programme of assessment fit for the purpose? * Are the current standards appropriate to ensure patient safety and patient -centred practice, particularly with regard to patient safety during the placement period? * Does the programme avoid \"setting up doctors to fail\" in complex environments through assumptions that they have sufficient basic medical knowledge as well as awareness of NHS systems and ethos? * Are there adequate \"educational prescriptions\" which include qualitative feedback and support for communication skills? * Are levels of challenge appropriate? * Is fairness to candidates sufficiently considered at all stages of test design and delivery? * Are enhancements to test development, standard setting and quality assurance methodologies needed currently? * Are there emerging evidence-based assessment methodologies that we should consider ensuring that the processes in place remain fit for purpose and adaptable? Timescales Delivery of final report by end March 2019.",
        "datePublished": "2018-12-05T12:22:15Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "80000000",
                "description": "Education and training services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2018-12-21T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-02-01T00:00:00Z",
            "endDate": "2019-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/86c1f48c-fb33-420e-80bd-096e5e9c7949",
                "datePublished": "2018-12-05T12:22:15Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "All quotation responses are to be received through HEE's procurement portal as linked below; registration is free for this system.",
                "url": "https://procontract.due-north.com/Opportunities/Index?p=40bb618e-0a24-e611-8114-000c29c9ba21&v=2"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/3a6c9139-72bb-4abf-abfe-5695f14e1b6e",
                "datePublished": "2018-12-05T13:30:04Z",
                "format": "text/html",
                "language": "en"
            }
        ],
        "procurementMethod": "open"
    },
    "parties": [
        {
            "id": "GB-CFS-61985",
            "name": "Health Education England",
            "identifier": {
                "legalName": "Health Education England"
            },
            "address": {
                "streetAddress": "1st Floor, Blenheim House, Duncombe Street",
                "locality": "Leeds",
                "postalCode": "LS1 4PL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Leila Hodson",
                "email": "leila.hodson@hee.nhs.uk",
                "telephone": "+44 7392273769"
            },
            "details": {
                "url": "https://hee.nhs.uk/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-117898",
            "name": "University of York",
            "identifier": {
                "legalName": "University of York"
            },
            "address": {
                "streetAddress": "YO10 5DD"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-61985",
        "name": "Health Education England"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-6bae998e-b75a-4c3f-a565-c0945b0950c8-1",
            "status": "active",
            "date": "2019-02-04T00:00:00Z",
            "datePublished": "2019-06-11T14:19:57+01:00",
            "value": {
                "amount": 20000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-117898",
                    "name": "University of York"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-04-01T00:00:00+01:00",
                "endDate": "2019-10-31T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/eaf20345-176e-40a6-93e0-ee6f3c540dd4",
                    "datePublished": "2019-06-11T14:19:57+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}