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
Telephone
+44 1905681926
Country
United Kingdom
NUTS code
UKG1 - Herefordshire, Worcestershire and Warwickshire
National registration number
N/A
Internet address(es)
Main address
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