Social and other specific services – public contracts - Call for competition

Information

Published

Expire date: 06/06/2022

External Reference: 2022-557044

FTS Reference: 2022-010531

Social and other specific services – public contracts - Call for competition

Social and other specific services – public contracts

Prior information notice - This notice is a call for competition

Services

Section I: Contracting authority

I.1)

Name and addresses

The NHS Commissioning Board operating as NHS England
na
Quarry House, Quarry Hill
Leeds
LS2 7UE
UK
Contact person: Carey Bovington
NUTS code:  UK -  UNITED KINGDOM
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=38216&B=AGCSU
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

Invitation to Tender for Community Diagnostic Centres Framework- Refresh 1
II.1.2)

Main CPV code

85100000  -  Health services
II.1.3)

Type of contract

Services
II.1.4)

Short description

the National Health Service Commissioning Board (which uses the operational name “NHS England”) is opening the window (“Refresh 1”) for bidders to join the Community Diagnostic Centres Framework and for existing Providers to expand their service offering. The Framework has been established from which NHS England and other NHS bodies (Clinical Commissioning Groups (“CCGs”), NHS Trusts and NHS Foundation Trusts (each a “Contracting Authority” and together the “Contracting Authorities”)) will have the ability to award contracts or sub-contracts for a range of clinical services to be provided from community diagnostic hubs (the “Services”). Please refer to the Specification at Document 3 of the ITT for more details of the Services
II.1.5)

Estimated total value

Value excluding VAT: 10000000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
England
II.2.4)

Description of the procurement

The objective of Framework Agreement is to: support the Contracting Authorities’ ability to improve population health: increase diagnostic capacity: improve productivity and efficiency of diagnostic activity, contribute to reducing health inequalities, deliver a better and more personalised diagnostic experience for patients and support integration of care.
The framework will be divided into a number of clinical diagnostic modalities and sub-modalities. Successful providers onto the framework (a “Provider” and “Providers”) will , during the procurement process and potentially during the term of the framework, identify those modalities and sub-modalities which they are capable of providing in identified locations and also identify whether or not they have their own facilities from which such services could be provided from(though this will not be evaluated in competition). A Framework Agreement will be entered into by NHS England on behalf of all Contracting Authorities with each successful Provider assessed as capable of providing such Services (or any of them) through this procurement process. The end date of each Framework Agreement awarded pursuant to this "Refresh 1" procurement will be 12 December 2024 with an option to extend for a further 24 month period (the “Term”).
However (as permitted pursuant to Regulation 74(7)), it is anticipated (but not guaranteed) that the Framework will:
• be opened to new potential Providers every 12 months within the Term (in which case new Framework Agreements awarded shall be for the remaining length of the original Term only); and
• be opened or “refreshed” at any time during the Term to allow new and existing Providers to apply for new modalities or sub-modalities relating to the Services.
When awarding contracts pursuant to the framework it will be for Contracting Authorities to determine which modalities or sub-modalities they wish to purchase based on local need and award will be permitted on the basis of either criteria set out in the Framework Agreement or further competition among those on the Framework.
Contracts called off from the Framework from Contracting Authorities shall be based upon the NHS Standard Contract or Sub-Contract at National and Local NHS Prices and discounts may be offered
II.2.6)

Estimated value

Value excluding VAT: 10000000000.00  GBP
II.2.7)

Duration of the contract or the framework agreement

Start: 01/11/2022  /  End: 12/12/2026
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Please refer to procurement documentation
If a provider is awarded a Framework Agreement, there is no guarantee that it will be awarded any contracts for services. Contracting Authorities may award contracts to providers on the basis of the call off process set out in the Framework Agreement
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Form of procedure

Open procedure
IV.1.3)

Information about framework agreement

The procurement involves the establishment of a framework agreement
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest

Date:  31/05/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.3)

Additional information

This Procurement is on behalf of the National Health Service, namely NHS England, all Clinical Commissioning Groups, NHS Trusts, NHS Foundation Trusts and each of their successor bodies. A list of organisations can be found at:
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
https://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
(Referred to from IV.1.11) - The services in scope of this procurement process are health care services which fall under “social and other specific services” in Section 7 of the Public Contracts Regulations 2015 (“PCR”). In accordance with Regulation 76 PCR, the process is to set up a closely mirror a framework agreement and the procurement of it will follow a procedure like the open procedure. However, NHS England and the Contracting Authorities using the framework are only bound by the parts of the PCR that specifically apply to social and other specific services. For the avoidance of doubt, the rules that apply to the open procedure under Regulation 27 and framework agreements under Regulation 33 do not apply to this procurement. All providers that meet the minimum requirements set out under the procurement process (which will include both traditional selection and evaluation criteria on a pass/fail basis) will be appointed to the framework agreement. There will be no maximum number of providers appointed. Providers must be able to ensure their ability to begin Service provision from the 1st November 2022, if required by any Contracting Authority.
The tender is being run through the EU Supply portal; information and ITT documentation can be found at https://uk.eu-supply.com/login.asp?B=agcsu, Quote/tender 52423 Invitation to Tender For Community Diagnostic Centre Refresh Framework Agreement. Deadline for submissions is 12 Noon Tuesday 31st May 2022
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court
The Strand
London
UK

VI.4.2)

Body responsible for mediation procedures

n/a
N/A
UK

VI.4.4)

Service from which information about the review procedure may be obtained

The High Court
The Strand
London
UK