Tender

National Framework Agreement for the Provision of Mobile Diagnostic and Treatment Units

  • Countess of Chester Hospital NHS Foundation Trust

F02: Contract notice

Notice identifier: 2023/S 000-011772

Procurement identifier (OCID): ocds-h6vhtk-03c3d7

Published 25 April 2023, 11:20am



Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

james.flood1@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.coch.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.nhssourcing.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nhssourcing.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

National Framework Agreement for the Provision of Mobile Diagnostic and Treatment Units

Reference number

F/084/MDTU/23/JF

two.1.2) Main CPV code

  • 34200000 - Vehicle bodies, trailers or semi-trailers

two.1.3) Type of contract

Supplies

two.1.4) Short description

CPS wishes to award a national framework agreement for Mobile Diagnostic/Treatment Units which will allow NHS authorities and other public sector bodies to procure a number of services from a multi supplier framework to harness and deliver scalable solutions developed at a local level, under a framework with a catalogue call-off mechanism and as such no form of further competition will be required. The catalogue call-off will be via the technical and commercial responses to this ITT.

This agreement would offer mobile diagnostic and/or treatment units to healthcare and/or other organisations in the UK public sector. These units within the NHS would increase capacity within organisations to help facilitate the delivery of the elective programme and to help with waiting lists, patient backlogs and lack of staff availability/space. Suppliers would work closely with healthcare organisations to deliver easily accessible treatments or diagnostics, either on hospital sites or closer to patients homes in more remote areas (for example at supermarkets, GP practices etc.) By working with healthcare organisations, suppliers will relieve pressure on services by improving access to treatments and bed space, reducing patient waiting times and freeing up clinical capacity. Units are usually provided in the form of vans or non-permanent units/cabins.

CPS wishes to award the national framework agreement in three lots:-

Lot 1 – Hire or Lease of Mobile Diagnostic/Treatment Unit(s)

Lot 2 – Purchase of Mobile Diagnostic/Treatment Unit(s)

Lot 3 - Mobile Diagnostic/Treatment Unit(s) as a Managed Service

Tenders may be submitted for one, both or all three of the above Lots.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 3 - Mobile Diagnostic/Treatment Unit(s) as a Managed Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 - Mobile Diagnostic/Treatment Unit(s) as a Managed Service

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 1 – Hire or Lease of Mobile Diagnostic/Treatment Unit(s)

Lot No

1

two.2.2) Additional CPV code(s)

  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 – Hire or Lease of Mobile Diagnostic/Treatment Unit(s)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 – Purchase of Mobile Diagnostic/Treatment Unit(s)

Lot No

2

two.2.2) Additional CPV code(s)

  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 – Purchase of Mobile Diagnostic/Treatment Unit(s)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

30 May 2023

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 May 2023

Local time

2:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

How to express interest and bid for this opportunity

1) Browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current

opportunities;

2) Select the title of the ITT.

3) Review the ITT, framework agreement specification, prerequisites and list of eligible users(you may do this without registering).

4) Register your organisation on the eSourcing portal (this is only required once).

5) Accept the portal terms and conditions and click ‘continue’, enter your organisation and user details; note the username you chose and click ‘Save’ when complete; you will shortly receive an e-mail with your unique password (please keep this secure)

6) Login to the portal with the username/password.

7) Click the ‘PQQs/ITTs Open To All Suppliers’ link (These are pre-qualification questionnaires or invitations to tender open to any registered supplier).

8) Click on the relevant PQQ/ITT to access the content.

9) Click the ‘Express Interest’ button at the top of the page. This will move the PQQ/ITT into your ‘My PQQs/My ITTs’ page (This is a secure area reserved for your projects only). You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box.

10) Responding to the ITT. Click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).

You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the ITT There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help or contact the eTendering help desk.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom