Tender

Radiology Reporting Services

  • The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)

F02: Contract notice

Notice identifier: 2024/S 000-030121

Procurement identifier (OCID): ocds-h6vhtk-044484

Published 20 September 2024, 10:45am



The closing date and time has been changed to:

21 October 2024, 12:00pm

See the change notice.

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

Email

john.gavin@nhs.scot

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 -

https://www.nss,nhs,scot/procurement-and-logistics/sustainability/access-our-community-benefit-gateway/

(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

Email

edinburgh@scotcourts.gov.uk

Telephone

+44 1312252525

Country

United Kingdom