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

NHS East Kent MRI AQP.

  • First published: 31 May 2017
  • Last modified: 31 May 2017

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:
NHS Canterbury and Coastal CCG
Authority ID:
AA55028
Publication date:
31 May 2017
Deadline date:
23 June 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Procurement of Magnetic Resonance Imaging (MRI) service for NHS Canterbury and Coastal CCG and NHS Ashford CCG (together, the Commissioner). Provider(s) to deliver MRI service to support GP's with access to timely diagnostics to support patient management. Further details are in the service specification with accompanies this notice.

The service is being commissioned using an Any Qualified Provider (AQP) approach.

With this AQP approach all bidders who complete the accreditation process to (a) demonstrate capability and capacity to deliver the service and (b) accept the standard NHS contract terms and conditions and (c) accept the Commissioner's tariff price will become qualified providers. All qualified providers will be offered the standard NHS contract with the same terms, conditions, and price. The indicative contract value is an estimated total cost of the service rather than any individual contract value, as it will be spread across multiple providers. Individual contracts will have no guaranteed minimum level of activity and no restricted maximum level of activity. Each provider will be paid according to the actual activity level it delivers.

The contract will be for an initial 3-year term, with no extension.

The opportunity is further described in the Memorandum of Information and the Service Specification attached to this notice.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Canterbury and Coastal CCG

Ground floor, Council building

Canterbury

CT1 1YW

UK

Contact person: Mr Taofeeq Ladega

Telephone: +44 2038163549

E-mail: taofeeq.ladega@nhs.net

NUTS: UKJ4

Internet address(es)

Main address: www.canterburycoastalccg.nhs.uk

Address of the buyer profile: www.canterburycoastalccg.nhs.uk

I.1) Name and addresses

Ashford Clinical Commissioning Group

Inca House, Trinity Road, Kent

Ashford

TN25 4AB

UK

Contact person: Mr Taofeeq Ladega

Telephone: +44 2038163549

E-mail: taofeeq.ladega@nhs.net

NUTS: UKJ4

Internet address(es)

Main address: www.ashfordccg.nhs.uk

Address of the buyer profile: www.ashfordccg.nhs.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://procontract.due-north.com/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Login


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

NHS East Kent MRI AQP.

Reference number: DN264043

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Procurement of Magnetic Resonance Imaging (MRI) service for NHS Canterbury and Coastal CCG and NHS Ashford CCG (together, the Commissioner). Provider(s) to deliver MRI service to support GP's with access to timely diagnostics to support patient management. Further details are in the service specification with accompanies this notice.

The service is being commissioned using an Any Qualified Provider (AQP) approach.

With this AQP approach all bidders who complete the accreditation process to (a) demonstrate capability and capacity to deliver the service and (b) accept the standard NHS contract terms and conditions and (c) accept the Commissioner's tariff price will become qualified providers. All qualified providers will be offered the standard NHS contract with the same terms, conditions, and price.

The contract will be for an initial 3-year term.

II.1.5) Estimated total value

Value excluding VAT: 1 207 449.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ4

II.2.4) Description of the procurement

Procurement of Magnetic Resonance Imaging (MRI) service for NHS Canterbury and Coastal CCG and NHS Ashford CCG (together, the Commissioner). Provider(s) to deliver MRI service to support GP's with access to timely diagnostics to support patient management. Further details are in the service specification with accompanies this notice.

The service is being commissioned using an Any Qualified Provider (AQP) approach.

With this AQP approach all bidders who complete the accreditation process to (a) demonstrate capability and capacity to deliver the service and (b) accept the standard NHS contract terms and conditions and (c) accept the Commissioner's tariff price will become qualified providers. All qualified providers will be offered the standard NHS contract with the same terms, conditions, and price. The indicative contract value is an estimated total cost of the service rather than any individual contract value, as it will be spread across multiple providers. Individual contracts will have no guaranteed minimum level of activity and no restricted maximum level of activity. Each provider will be paid according to the actual activity level it delivers.

The contract will be for an initial 3-year term, with no extension.

The opportunity is further described in the Memorandum of Information and the Service Specification attached to this notice.

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: 1 207 449.00  GBP

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

Start: 16/10/2017

End: 15/09/2020

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

Date: 23/06/2017

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 23/06/2017

Local time: 14:00

Place:

Clifton House, 75-77 Worship Street, London, EC2A 2DU.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

To view this notice, please click on the link below

https://procontract.due-north.com/Login

VI.4) Procedures for review

VI.4.1) Review body

NEL Commissioning Support Unit

Clifton House, 75 - 77 Worship Street

London

EC2A 2DU

UK

Telephone: +44 2038163549

E-mail: nelcsu.clinical-procurement@nhs.net

Internet address(es)

URL: www.nelcsu.nhs.uk

VI.4.4) Service from which information about the review procedure may be obtained

NEL Commissioning Support Unit

First Floor, Clifton House, 75 - 77 Worship Street

London

EC2A 2DU

UK

Telephone: +44 2038163549

E-mail: nelcsu.clinical-procurement@nhs.net

Internet address(es)

URL: http://www.nelcsu.nhs.uk/

VI.5) Date of dispatch of this notice

26/05/2017

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work 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:
taofeeq.ladega@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.