Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Surrey and Borders Partnership NHS Foundation Trust, on behalf of NHS Commercial Solutions
The Atrium. Curtis Road.
Dorking
RH4 1XA
UK
Contact person: David Narain
Telephone: +44 1306646839
E-mail: david.narain@nhs.net
NUTS: UK
Internet address(es)
Main address: www.commercialsolutions-sec.nhs.uk
I.2) Joint procurement
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://commercialsolutions.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be sent to the abovementioned address
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
Framework Agreement for Outsourced Radiology (Remote Teleradiology) Reporting Services
Reference number: 4908-3326
II.1.2) Main CPV code
85150000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Commercial Solutions is seeking to award a Framework Agreement for outsourced radiology reporting services. The requirement is split into the following lots:
Lot 1: X-ray;
Lot 2: MRI (Magnetic Resonance Imaging);
Lot 3: CT (Computed Tomography);
Lot 4: NM (Nuclear Medicine);
Lot 5: US (Ultrasound);
Lot 6: Bespoke — Covering all of Lot 1-Lot 5 above and includes Neuroradiology, Paediatric Neuroradiology, Thoracic Imaging, Musculoskeletal Radiology, Mammography, Nuclear Cardiology and any other specialties.
II.1.5) Estimated total value
Value excluding VAT:
32 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
II.2) Description
Lot No: Lot1
II.2.1) Title
X-Ray
II.2.2) Additional CPV code(s)
85150000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot provides for outsourced radiology reporting services for Plain Radiographs (CR/DR).
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: No
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:
Yes
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
Lot No: Lot 2
II.2.1) Title
MRI (Magnetic Resonance Imaging)
II.2.2) Additional CPV code(s)
85150000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
In general, the supplier(s) are expected to provide MR Reporting services for the following specialities and relevant sub-specialities:
(a) Musculoskeletal
(b) Paediatric
(c) Neurological (Including Paediatric Neuroradiology)
(d) Cardiac
(e) Thoracic
This is not an exhaustive list of services required and the Suppliers are encouraged to offer additional services that they may provide.
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: No
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:
Yes
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
Lot No: Lot 3
II.2.1) Title
CT (Computed Tomography)
II.2.2) Additional CPV code(s)
85150000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot provides for outsourced radiology reporting services for CT diagnostics.
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: No
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:
Yes
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
Lot No: Lot 4
II.2.1) Title
NM (Nuclear Medicine)
II.2.2) Additional CPV code(s)
85150000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot provides for outsourced radiology reporting services for NM diagnostics.
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: No
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:
Yes
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
Lot No: Lot 5
II.2.1) Title
US (Ultrasound)
II.2.2) Additional CPV code(s)
85150000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot provides for outsourced radiology reporting services for US (Ultrasound).
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: No
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:
Yes
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
Lot No: Lot 6
II.2.1) Title
Bespoke Services
II.2.2) Additional CPV code(s)
85150000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Bespoke remote teleradiology reporting services which will cover all of the lots from Lot 1 to Lot 5 and/or a combination of more than one lot under this Framework Agreement.
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: No
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:
Yes
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:
Information and formalities necessary for evaluating if the requirements are met:
Suppliers instructions how to express interest in this tender:
1) Register your company on the eSourcing portal (this is only required once):
— browse to the eSourcing Portal: https://commercialsolutions.bravosolution.co.uk and click the link to register,
— accept the terms and conditions and click 'continue',
— enter your correct business and user details,
— note the username you chose and click 'Save' when complete,
— you will shortly receive an email with your unique password (please keep this secure).
2) Express an interest in the tender:
— login to the portal with the username/password,
— click the 'PQQs/ITTs Open To All Suppliers' link (these are pre-qualification questionnaires or invitations to tender open to any registered supplier),
— click on PQQ_1029 to access the content,
— click the 'Express Interest' button at the top of the page,
— this will move the PQQ into your 'My PQQs' page (this is a secure area reserved for your projects only),
— you can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ Details' box.
3) Responding to the tender:
— click 'My Response' under 'PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining),
— you can now use the 'Messages' function to communicate with the buyer and seek any clarification,
— note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT,
— there may be a mixture of online and offline actions for you to perform (there is detailed online help available).
You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
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:
Will be provided in tender documents.
III.2.2) Contract performance conditions
Will be provided in tender documents.
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
Restricted 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.
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:
29/07/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
02/09/2019
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: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The purpose of this procurement is to facilitate, through a Framework Agreement, the provision of outsourced radiology reporting services.
The estimated total value of contracts awarded under the Framework Agreement is estimated to be 32 000 000 GBP. However, interested parties should note that the Framework Agreement is not a guarantee of work and the Contracting Authority makes no commitment by any party to the use of the agreement nor the estimated value.
Subject to approval from the Contracting Authority, the public sector bodies eligible to use the framework agreement include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs:
The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
NHS Improvement: https://improvement.nhs.uk/
Department of Health: https://www.gov.uk/government/organisations/department-of-health
Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:
https://www.england.nhs.uk/stps/view-stps/
NHS England: https://www.england.nhs.uk/
Other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:
(a) who are a party to any of the following contracts:
— General Medical Services (GMS),
— Personal Medical Services (PMS),
— Alternative Provider Medical Services (APMS); and/or
(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above.
The NHS in Wales, Scotland and Northern Ireland including but not limited to primary care services — GPs, pharmacies, dentists and optometrists, hospital services, and community services, including those provided through community health centres and mental health services at:
NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure
NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/
Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/
Social Enterprise UK: https://www.socialenterprise.org.uk
VI.4) Procedures for review
VI.4.1) Review body
Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions
18 Mole Business Park
Leatherhead
KT22 7AD
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a standstill period at the point of information on the award of the Framework Agreement is communicated to tenderers. That notification will provide a full information on the award decision.
The standstill period which shall be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the Framework Agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
02/07/2019