Tender

MRI Service Provision

  • Herefordshire and Worcestershire Health & Care NHS Trust

F02: Contract notice

Notice identifier: 2021/S 000-018302

Procurement identifier (OCID): ocds-h6vhtk-02ceec

Published 30 July 2021, 4:08pm



Section one: Contracting authority

one.1) Name and addresses

Herefordshire and Worcestershire Health & Care NHS Trust

Kings Court 2, Charles Hastings Way

Worcester

WR5 1JR

Contact

Marvin Foolchand

Email

marvin.foolchand1@nhs.net

Telephone

+44 1905681926

Country

United Kingdom

NUTS code

UKG1 - Herefordshire, Worcestershire and Warwickshire

National registration number

N/A

Internet address(es)

Main address

https://www.hacw.nhs.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/22031

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39044&B=HACW_NHS

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

MRI Service Provision

Reference number

T.HACW.041

two.1.2) Main CPV code

  • 85150000 - Medical imaging services

two.1.3) Type of contract

Services

two.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).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.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

two.2.3) Place of performance

NUTS codes
  • UKG1 - Herefordshire, Worcestershire and Warwickshire

two.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)

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: £1,985,000

two.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

two.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

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

The Standard Questionnaire (SQ) must be completed and submitted by the stated deadline. Procurement process as per the Light Touch Regime


Section 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per the NHS Standard Contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

31 August 2021

Local time

12:00am

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years

six.4) Procedures for review

six.4.1) Review body

Herefordshire and Worcestershire Health and Care NHS Trust

Worcester

Country

United Kingdom