Contract notice

Information

Published

Expire date: 01/09/2021

External Reference: 2021-596685

FTS Reference: 2021-018302

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Herefordshire and Worcestershire Health & Care NHS Trust
N/A
Kings Court 2, Charles Hastings Way
Worcester
WR5 1JR
UK
Contact person: Marvin Foolchand
Telephone: +44 1905681926
NUTS code:  UKG1 -  Herefordshire, Worcestershire and Warwickshire
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39044&B=HACW_NHS
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

MRI Service Provision
Reference number:  T.HACW.041
II.1.2)

Main CPV code

85150000  -  Medical imaging services
II.1.3)

Type of contract

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)

Description

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)
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: 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

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:  as stated in the procurement documents
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.2.2)

Contract performance conditions

As per the NHS Standard Contract
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.1.8)

Information about the 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:  31/08/2021
Local time:  00:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
5 years
VI.4)

Procedures for review

VI.4.1)

Review body

Herefordshire and Worcestershire Health and Care NHS Trust
Worcester
UK