Tender

Procurement for the Provision of a Community Non-Obstetric Ultrasound Service to Buckinghamshire, Oxfordshire and Berkshire West Integrated Care Board (ICB)

  • Buckinghamshire, Oxfordshire and Berkshire West Integrated Care Board

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-022715

Procurement identifier (OCID): ocds-h6vhtk-035f3e

Published 17 August 2022, 8:24am



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire, Oxfordshire and Berkshire West Integrated Care Board

Jubilee House, John Smith Drive

Oxford

OX4 2LH

Contact

Mark Stanbrook

Email

mstanbrook@nhs.net

Country

United Kingdom

Region code

UKK11 - Bristol, City of

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://health-family.force.com/s/Welcome

Buyer's address

https://www.bucksoxonberksw.icb.nhs.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

Procurement for the Provision of a Community Non-Obstetric Ultrasound Service to Buckinghamshire, Oxfordshire and Berkshire West Integrated Care Board (ICB)

Reference number

WA12541

two.1.2) Main CPV code

  • 85150000 - Medical imaging services

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire, Oxfordshire and Berkshire West Integrated Care Board (BOB ICB) are seeking bids for a non-obstetric community diagnostic ultrasound service across both regions. The procurement is being undertaken as two lots, Lot 1 to cover Oxfordshire and Lot 2 for Buckinghamshire. The commissioner is looking for providers who can deliver a safe and clinically effective service that will provide rapid local access to diagnostic non-obstetric ultrasounds for patients registered within the specified population.

The service will need to:

 be provided across multiple locations to make it easily accessible to the people across the whole of the area they are covering.

 adopt a whole systems approach to the delivery of care and ensure services are safe, effective, patient centred, timely, efficient and equitable.

 be directly accessible for GPs and other qualified primary care professionals within the respective areas and will be requested via the electronic referral system.

 accept referrals from other providers within the local healthcare system or the Out of Hours Service.

 be compliant with all regulatory requirements and, where appropriate, will require CQC registration to be maintained throughout the contract period.

The non-obstetric diagnostic ultrasound service the ICB is looking to commission will include the following:

• Upper/General abdominal ultrasound scans- includes assessment of the aorta (including screening of first-degree relatives of patients with abdominal aortic aneurysm), biliary tract, gallbladder, inferior vena cava, kidneys, liver, pancreas, retroperitoneum, and spleen

• Pelvic Ultrasound Scans - including transabdominal and transvaginal

• Renal / bladder / prostate scans

• Scrotal / testicular ultrasound scans

• Musculoskeletal (as referred by the MSK MATT service)

• Vascular (excluding suspected DVT)

Exclusions to the service include:

• Patients not registered with a Buckinghamshire/Oxfordshire GP

• Patients under 18 years of age

• Inappropriate referrals that are not suitable for this service

• Private patients

• Patients requiring immediate referral to secondary care

• Thyroid examinations

• Lumps and bumps (Head and Neck)

• Emergency Abdominal aortic aneurysm (AAAs)

• Obstetric care

• Ultrasound guided procedures

• Hernias where there is no diagnostic doubt

• Superficial masses or lumps in the axilla or groin

The contracts are for 3 years with the option to extend for 2 further years and are anticipated to commence on 1st February 2023.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.5) Estimated total value

Value excluding VAT: £4,380,635

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

Oxfordshire

Lot No

1

two.2.2) Additional CPV code(s)

  • 85150000 - Medical imaging services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

This lot is for the service in Oxfordshire.

two.2.6) Estimated value

Value excluding VAT: £3,678,055

two.2.7) Duration of the contract or the framework agreement

Duration in months

60

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations.

two.2) Description

two.2.1) Title

Buckinghamshire

Lot No

2

two.2.2) Additional CPV code(s)

  • 85150000 - Medical imaging services

two.2.3) Place of performance

NUTS codes
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

two.2.4) Description of the procurement

This lot is for the service in Buckinghamshire.

two.2.6) Estimated value

Value excluding VAT: £702,580

two.2.7) Duration of the contract or the framework agreement

Duration in months

60

two.2.14) Additional information

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As per ITT documentation.


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Date

20 September 2022

Local time

1:00pm

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

English


Section six. Complementary information

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

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but is instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).

The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.

Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.

The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations

six.4) Procedures for review

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.