Section one: Contracting authority
one.1) Name and addresses
The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
Contact
John Gavin
Telephone
+44 7766658825
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
http://www.nss.nhs.scot/browse/procurement-and-logistics
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
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
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
Radiology Reporting Services
Reference number
NP18824
two.1.2) Main CPV code
- 85150000 - Medical imaging services
two.1.3) Type of contract
Services
two.1.4) Short description
This framework agreement is for the provision of radiology reporting services by suitably qualified radiologists
and radiographers to all NHS Scotland Health Boards. The primary service will be the reporting of radiology
examinations which cannot be accommodated by staff of the participating authorities and can be carried out
remotely or onsite
two.1.5) Estimated total value
Value excluding VAT: £48,000,000
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
Specialist Reporting
Lot No
3
two.2.2) Additional CPV code(s)
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
NHS Scotland
two.2.4) Description of the procurement
This lot will be for the provision of specialised radiology reporting services by suitably qualified radiologists/radiographers.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Quality / Weighting: 25
Cost criterion - Name: Cost / Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
19 February 2025
End date
18 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Out of Hours Reporting
Lot No
2
two.2.2) Additional CPV code(s)
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
NHS Scotland
two.2.4) Description of the procurement
This lot will be for the provision of specialised radiology reporting services by suitably qualified radiologists/radiographers.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25
Quality criterion - Name: Service Delivery / Weighting: 25
Cost criterion - Name: Cost / Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
19 February 2025
End date
18 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Remote Radiologist/Radiographer Reporting
Lot No
1
two.2.2) Additional CPV code(s)
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
NHS Scotland
two.2.4) Description of the procurement
This lot will be for the provision of remote radiology reporting services by suitably qualified radiologists/radiographers .
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Quality / Weighting: 25
Cost criterion - Name: Cost / Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
19 February 2025
End date
18 February 2029
This contract is subject to renewal
No
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
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
Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
three.1.2) Economic and financial standing
List and brief description of selection criteria
All candidates will be required to provide statement of accounts or extracts relating to their for the previous 3 years. Where any are risks identified by the authority as part of the due diligence carried out on the above information the Authority may require bidders to provide additional information to demonstrate financial standing.
Minimum level(s) of standards possibly required
— parent company accounts (if applicable),
— deeds of guarantee,
— bankers statements and references,
— accountants’ references,
— management accounts,
— financial projections, including cash flow forecasts,
— details and evidence of previous contracts, including contract values,
— capital availability.
Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.
Bidders will be required to have a minimum ‘general’ yearly turnover of GBP 1 000 000 for the last 3 years.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in the relevant section of the site notice.
Minimum level(s) of standards possibly required
As detailed in the tender document.
It is a mandatory requirement for each potential framework participant (or any of its sub contractors) to operate a quality management system (ISO9001:2015 or equivalent) and Information Security Management System (ISO27001:2017 or equivalent).
It is a mandatory requirement for each potential framework participant (or any of its sub contractors) to only use practitioners who meet the minimum English language requirements
It is a mandatory requirement for each potential framework participant (or any of its sub contractors) to be able to demonstrate their previous experience of providing a service similar to the one required in this framework agreement.
It is a mandatory requirement for each potential framework participant (or any of its sub contractors) to fully comply with the General Data Protection Regulations and the Data Protection Act.
It is a mandatory requirement for each potential framework participant (or any of its sub contractors) to have in place the insurances listed in the ITT and to ensure that all practitioners have in place personal professional indemnity insurance of GBP 5,000,000.
It is a mandatory requirement for each potential framework participant (or any of its sub contractors) to only use such practitioners in the provision of this service that hold the qualifications and registrations outlined in the tender documents.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Reporting Radiographers must be a fully qualified radiographer (BSc in Radiography or acceptable equivalent) and have received accredited Postgraduate training to enable them to produce a diagnostic report and must be either HCPC registered Radiographers or acceptable equivalent.
All reporting radiologists must hold FRCR (or acceptable equivalent) and be GMC registered or acceptable equivalent.
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
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
Envisaged maximum number of participants to the framework agreement: 12
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-006618
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
7 October 2024
Local time
12:00pm
Changed to:
Date
21 October 2024
Local time
12:00pm
See the change notice.
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 October 2024
Local time
1:00pm
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
The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’)acting through its division Procurement, Commissioning and Facilities, is undertaking this procurement on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. Authority or other NHS
Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Join Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26940. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see:
https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of
community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within NHS Scotland, if at all, and also what impact and outcomes these have achieved.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26940 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
It is a mandatory requirement that potential framework participants agree to support the concept, provision and ongoing development of
community benefits provision in relation to this framework.
Potential framework participants are required to agree to this mandatory requirement. They are also requested to provide a brief summary of the community benefits that have recently been delivered within NHS Scotland, if at all, and also what impact and outcomes these have achieved.
Potential framework participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract is successful, or, alternatively potential framework participants confirm they will engage with the NHS Scotland’s Community Benefit Gateway( CBG ). This gateway, developed through requests from suppliers seeking opportunities to support the
delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free
and easy to use online service that connects NHS Scotland suppliers with third sector community organisations within Scotland and will be
used for tracking and reporting and is approved compliant route to the realisation of community benefits.
For further information please visit -
(SC Ref:746524)
(SC Ref:774092)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
27 Chambers Street
Edinburgh
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom