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

Framework Agreement for Outsourced Radiology (Remote Teleradiology) Reporting Services

  • First published: 04 July 2019
  • Last modified: 04 July 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:
Surrey and Borders Partnership NHS Foundation Trust
Authority ID:
AA20083
Publication date:
04 July 2019
Deadline date:
29 July 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot provides for outsourced radiology reporting services for Plain Radiographs (CR/DR).

Full notice text

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

Coding

Commodity categories

ID Title Parent category
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:
david.narain@nhs.net
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.