Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS North East London
4th Floor – Unex Tower, 5 Station Street
London
E15 1DA
UK
E-mail: nelcsu.enquiriesnelccg@nhs.net
NUTS: UKI41
Internet address(es)
Main address: http://www.elc.nhs.uk/
Address of the buyer profile: https://northeastlondon.icb.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=bd3d8da0-fe9e-ec11-8112-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=bd3d8da0-fe9e-ec11-8112-005056b64545
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
PRJ-1082 - Community Diagnostics Services in North East London
Reference number: DN600486
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS North East London Integrated Care Board (hereafter referred to as “the Authority”) is seeking to commission Community Diagnostics Services in North East London (“the Services”) under NHS Standard Contract(s) arrangement from 1st October 2023. The primary function of the Community Diagnostics Service is to deliver all of the Direct Access Diagnostic Imaging Service modalities for patients in North East London (NEL) as listed below. Commissioners intend to procure the service in the following Lots and Areas:
• Lot 1: Cardiology
• Lot 2: Endoscopy
• Lot 3: MRI and
• Lot 4: Ultrasound
Provision of Lot 2 Endoscopy Service is for Barking & Dagenham, Havering and Redbridge (BHR) Area only and not required within Tower Hamlets, Newham and Waltham Forest (TNW) Area at the time of publication of this document.
The services are required to be provided across NEL geographical region (for the purpose of this procurement NEL geographical region does not include the regions previously covered under City & Hackney (C&H) CCG). Therefore, the geographical region is split as follows:
1. BHR Area
2. TNW Area
Please Note:
• BHR Area includes the regions previously covered under Barking & Dagenham, Havering and Redbridge (BHR) CCGs
• TNW Area includes the regions previously covered under Tower Hamlets, Newham and Waltham Forest (TNW) CCGs.
This is an advert to notify potential providers of the upcoming procurement opportunity and to invite interested providers to participate in the procurement process. The contracts will be for an initial period of 5 years with the opportunity to extend for up to 3 further years at the discretion of the Authority (total 8 years). A total of 7 contracts are available through this process.
Estimated contract values are as follows:
Financial Envelope (across the four Lots) and over the full eight years (including option to extend) term of the contract is approximately £97,000,000. The proposed value is fully inclusive of all costs required to mobilise (transition) and deliver the specified services (including CQUIN but excluding VAT).
The Authority is inviting interested providers to register their interest in this procurement opportunity by expressing their interest in the project on the ProContract (Proactis) tender portal via the link provided (alternatively, registered providers can search ‘PRJ-1082 Community Diagnostics Services, North East London to link in with this opportunity).
II.1.5) Estimated total value
Value excluding VAT:
97 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1: Cardiology
II.2.2) Additional CPV code(s)
85100000
85150000
II.2.3) Place of performance
NUTS code:
UKI41
UKI42
UKI52
UKI53
II.2.4) Description of the procurement
Cardiology services should ideally be within a reasonable and accessible distance from each borough to reduce patient travelling times and distance for the duration of the contract. The services should be provided locally though there may be some variation in requirements between boroughs depending on estates/sites availability.
Detailed objectives and requirements are provided within Document C(i), which is located in the Attachments area of the e-tendering portal.
The services are required to be provided across NEL geographical region (for the purpose of this procurement NEL geographical region does not include the regions previously covered under City & Hackney (C&H) CCG). Therefore, the geographical region is split as follows:
1. BHR Area
2. TNW Area
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
19 315 711.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The contracts will be for an initial period of 5 years with the opportunity to extend for up to 3 further years at the discretion of the Authority (total 8 years).
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
Lot No: 2
II.2.1) Title
Lot 2: Endoscopy
II.2.2) Additional CPV code(s)
85100000
85150000
II.2.3) Place of performance
NUTS code:
UKI41
UKI42
UKI52
UKI53
II.2.4) Description of the procurement
Endoscopy services should ideally be within a reasonable and accessible distance from each borough to reduce patient travelling times and distance for the duration of the contract. The services should be provided locally though there may be some variation in requirements between boroughs depending on demographic needs and estates/sites availability.
Detailed objectives and requirements are provided within Document C(ii), which is located in the Attachments area of the e-tendering portal.
Provision of Lot 2 Endoscopy Service is for Barking & Dagenham, Havering and Redbridge (BHR) Area only and not required within Tower Hamlets, Newham and Waltham Forest (TNW) Area at the time of publication of this document.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
12 255 483.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The contracts will be for an initial period of 5 years with the opportunity to extend for up to 3 further years at the discretion of the Authority (total 8 years).
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
Lot No: 3
II.2.1) Title
Lot 3: MRI
II.2.2) Additional CPV code(s)
85100000
85150000
II.2.3) Place of performance
NUTS code:
UKI41
UKI42
UKI52
UKI53
II.2.4) Description of the procurement
MRI services should ideally be available in each of the six boroughs or within a reasonable and accessible distance from each borough to reduce patient travelling times and distance for the duration of the contract. The services should be provided locally though there may be some variation in requirements between boroughs depending on estates/sites availability.
Detailed objectives and requirements are provided within Document C(iii), which is located in the Attachments area of the e-tendering portal.
The services are required to be provided across NEL geographical region (for the purpose of this procurement NEL geographical region does not include the regions previously covered under City & Hackney (C&H) CCG). Therefore, the geographical region is split as follows:
1. BHR Area
2. TNW Area
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
39 363 618.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The contracts will be for an initial period of 5 years with the opportunity to extend for up to 3 further years at the discretion of the Authority (total 8 years).
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
Lot No: 4
II.2.1) Title
Lot 4: Ultrasound (NOUS)
II.2.2) Additional CPV code(s)
85100000
85150000
II.2.3) Place of performance
NUTS code:
UKI41
UKI42
UKI52
UKI53
II.2.4) Description of the procurement
Ultrasound services should ideally be available in each of the six boroughs or within a reasonable and accessible distance from each borough to reduce patient travelling times and distance for the duration of the contract. The services should be provided locally though there may be some variation in requirements between boroughs depending on estates/sites availability
Detailed objectives and requirements are provided within Document C(iv), which is located in the Attachments area of the e-tendering portal.
The services are required to be provided across NEL geographical region (for the purpose of this procurement NEL geographical region does not include the regions previously covered under City & Hackney (C&H) CCG). Therefore, the geographical region is split as follows:
1. BHR Area
2. TNW Area
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
26 544 562.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals:
The contracts will be for an initial period of 5 years with the opportunity to extend for up to 3 further years at the discretion of the Authority (total 8 years).
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-006362
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/09/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
08/09/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
NHS North East London
London
UK
VI.5) Date of dispatch of this notice
20/07/2022