II.1)
Scope of the procurement
MRI Service Provision
Reference number:
T.HACW.041
85150000
-
Medical imaging services
Services
II.1.4)
Short description
The Musculoskeletal Advanced Practitioner Service (MSK APPS) at Herefordshire and Worcestershire Health and Care NHS Trust requires a service for the provision of MRI scans for patients across Worcestershire. The MRI provision will be a cost and volume contract, reviewed on a yearly basis. Procurement procedure as per the Light Touch Regime
The MSK APPS deliver a MSK triage and assessment service to the population of Worcestershire. Following assessment within the MSK APPS patients can be referred directly for MR imaging and reporting. Providers are expected to work within both the Royal College of Radiology’s (RCR’s) guidelines and work in partnership with local clinicians to ensure all iRefer 2021 guidelines are followed. The provider must also be able to demonstrate compliance with all relevant Care Quality Commission (CQC) registration requirements, standards, building regulations and requirements, DDA Compliance (DOH 2008).
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
33111610
-
Magnetic resonance unit
33113000
-
Magnetic resonance imaging equipment
33113100
-
Magnetic resonance scanners
79624000
-
Supply services of nursing personnel
79625000
-
Supply services of medical personnel
79999100
-
Scanning services
85111200
-
Medical hospital services
85120000
-
Medical practice and related services
85121000
-
Medical practice services
85141000
-
Services provided by medical personnel
II.2.3)
Place of performance
NUTS code:
UKG1 -
Herefordshire, Worcestershire and Warwickshire
II.2.4)
Description of the procurement
The Musculoskeletal Advanced Practitioner Service (MSK APPS) at Herefordshire and Worcestershire Health and Care NHS Trust requires a service for the provision of MRI scans for patients across Worcestershire. The MRI provision will be a cost and volume contract, reviewed on a yearly basis.
The MSK APPS deliver a MSK triage and assessment service to the population of Worcestershire. Following assessment within the MSK APPS patients can be referred directly for MR imaging and reporting. Providers are expected to work within both the Royal College of Radiology’s (RCR’s) guidelines and work in partnership with local clinicians to ensure all iRefer 2021 guidelines are followed. The provider must also be able to demonstrate compliance with all relevant Care Quality Commission (CQC) registration requirements, standards, building regulations and requirements, DDA Compliance (DOH 2008). It is important that services should be easily accessible by public transport and should have appropriate care parking facilities.
Providers would be expected to operate a Monday to Friday, 9am – 5pm service, excluding bank holidays, however, it is expected that there will be flexibility in the hours to accommodate patients’ needs.
Suppliers are required to complete and submit a Standard Questionnaire (SQ) by the stated deadline. Suppliers are required to follow the instructions below once they have clicked on the link in the advert in section ‘I.3) Communication’ of the Contract Notice.
1. Log in to the EU Supply e-tendering system
2. ‘Accept’ (expression of interest) . Or if you have previously logged into the EU Supply e-tendering system and clicked ‘Accept’ (expression of interest), login and click ‘go to quotes/tender’
3. On this page you can: View quote/tender and Assign user access
4. In the "My response section" towards the bottom of the page there is a section for 'Qualification questions'
5. Click 'answer questions' and respond to the Standard Questionnaire (SQ)
6. Once you have answered the questions click 'save and back'
7. Click ‘Submit response’ (highlighted in blue)
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 1985000.00
GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
This contract is subject to renewal:
yes
Description of renewals:
The contract will be an initial period of 36 months followed by two further 12 month extension options
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
5
Objective criteria for choosing the limited number of candidates:
As stated within the Procurement documentation
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
II.2.14)
Additional information
The Standard Questionnaire (SQ) must be completed and submitted by the stated deadline. Procurement process as per the Light Touch Regime