Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Teleradiology Reporting Services

  • First published: 14 February 2019
  • Last modified: 14 February 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
East Of England NHS Collaborative Hub
Authority ID:
AA24804
Publication date:
14 February 2019
Deadline date:
19 March 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

EOECPH is seeking experienced, innovative and responsive providers as our Framework partners to deliver IR35 compliant Teleradiology Reporting Services to complement and add capacity to the service provision that may be already existing in organisations and or the Beneficiaries of this Framework.

As part of organisational requirements, all beneficiaries will need to secure specific services to ensure their models of service delivery, to meet all relevant and/or specific governance and quality requirements, which are or will be laid against them, in pursuit of their day to day activities of providing services which stem from public funding. It is the intention that this Framework will help to facilitate and enable publicly funded organisations to secure cost-effective value for money Teleradiology Reporting Services. Service delivery will assist in enabling a beneficiary to conform to legislative, regulatory or best practice arrangements applicable to, or against, the organisation.

Services offered under this Framework will support Beneficiaries with advice, delivery of the services, and support, which could be a variety of elements as applicable to the beneficiary to meet any developing needs the beneficiaries may have during the lifetime of the Framework.

Providers awarded to the Framework will need to ensure that they refresh their service offering under the Framework services to provide relevant and fit for purpose services and support throughout the life of the Framework to ensure that they continue to meet any best practice requirements, regulation or legislations that become applicable to either the services or the Beneficiaries.

The Authority is committed to supporting the Government’s Small and Medium-sized Enterprise (SME) initiative wherever possible. Any organisation interested in providing the services may apply, providing they meet the criteria set out in the Invitation to Tender. To be eligible for participation in the Tender process, bidders must provide proof satisfactory to the Authority of compliance with the necessary legal, technical and financial requirements which may be set for capability and adequacy of resources to carry out the contract effectively.

Services to be provided under this Framework have been listed below

This ITT and proposed Framework services:

— Plain Radiograph (CD/DR),

— CT (Computed Tomography),

— MRI (Magnetic Resonance Imaging),

— Plain Film,

— Sub-Speciality – Covering Neuroradiology, Paediatric Radiology, Paediatric Neuroradiology, Thoracic Imaging, Musculoskeletal Radiology, Mammography, Nuclear Cardiology and any other specialities.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East of England NHS Collaborative Procurement Hub c/o West Suffolk Hospital NHS Foundation Trust

Cambridge

UK

Contact person: Simon Norden

E-mail: Simon.Norden@eoecph.nhs.uk

NUTS: UK

Internet address(es)

Main address: www.eoecph.nhs.uk

I.1) Name and addresses

East of England NHS Collaborative Procurement Hub c/o West Suffolk Hospital NHS Foundation Trust

Victoria House, Capital Park, Fulbourn

Cambridge

CB21 5XB

UK

Contact person: Rob O'Neill

Telephone: +44 1223597746

E-mail: Rob.ONeill@eoecph.nhs.uk

NUTS: UK

Internet address(es)

Main address: www.eoecph.nhs.uk

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

UK Procurement Law as per NUTS code.

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://eoecph.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://eoecph.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Teleradiology Reporting Services

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

EOECPH is seeking experienced, innovative and responsive providers as our Framework partners to deliver IR35 compliant Teleradiology Reporting Services to complement and add capacity to the service provision that may be already existing in organisations and or the beneficiaries of this Framework.

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85150000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

EOECPH is seeking experienced, innovative and responsive providers as our Framework partners to deliver IR35 compliant Teleradiology Reporting Services to complement and add capacity to the service provision that may be already existing in organisations and or the Beneficiaries of this Framework.

As part of organisational requirements, all beneficiaries will need to secure specific services to ensure their models of service delivery, to meet all relevant and/or specific governance and quality requirements, which are or will be laid against them, in pursuit of their day to day activities of providing services which stem from public funding. It is the intention that this Framework will help to facilitate and enable publicly funded organisations to secure cost-effective value for money Teleradiology Reporting Services. Service delivery will assist in enabling a beneficiary to conform to legislative, regulatory or best practice arrangements applicable to, or against, the organisation.

Services offered under this Framework will support Beneficiaries with advice, delivery of the services, and support, which could be a variety of elements as applicable to the beneficiary to meet any developing needs the beneficiaries may have during the lifetime of the Framework.

Providers awarded to the Framework will need to ensure that they refresh their service offering under the Framework services to provide relevant and fit for purpose services and support throughout the life of the Framework to ensure that they continue to meet any best practice requirements, regulation or legislations that become applicable to either the services or the Beneficiaries.

The Authority is committed to supporting the Government’s Small and Medium-sized Enterprise (SME) initiative wherever possible. Any organisation interested in providing the services may apply, providing they meet the criteria set out in the Invitation to Tender. To be eligible for participation in the Tender process, bidders must provide proof satisfactory to the Authority of compliance with the necessary legal, technical and financial requirements which may be set for capability and adequacy of resources to carry out the contract effectively.

Services to be provided under this Framework have been listed below

This ITT and proposed Framework services:

— Plain Radiograph (CD/DR),

— CT (Computed Tomography),

— MRI (Magnetic Resonance Imaging),

— Plain Film,

— Sub-Speciality – Covering Neuroradiology, Paediatric Radiology, Paediatric Neuroradiology, Thoracic Imaging, Musculoskeletal Radiology, Mammography, Nuclear Cardiology and any other specialities.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Subject to requirement.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As contained within ITT documentation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

As contained within ITT documentation.

III.2.2) Contract performance conditions

As contained within ITT documentation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 10

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/03/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 20/03/2019

Local time: 09:00

Place:

East of England NHS Collaborative Procurement Hub.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Subject to needs - 48 months

VI.4) Procedures for review

VI.4.1) Review body

East of England NHS Collaborative Procurement Hub c/o West Suffolk NHS Foundation Trust

Victoria House, Capital Park, Fulbourn

Cambridge

CB21 5XB

UK

E-mail: simon.norden@eoecph.nhs.uk

VI.5) Date of dispatch of this notice

08/02/2019

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services
85150000 Medical imaging services Health services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Simon.Norden@eoecph.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.