Section one: Contracting authority
one.1) Name and addresses
WARRINGTON AND HALTON HOSPITALS NHS FOUNDATION TRUST
Warrington Hospital,Lovely Lane
WARRINGTON
WA51QG
Contact
Francis Arhin
Telephone
+44 1925275280
Fax
+44 1925635911
Country
United Kingdom
Region code
UKD61 - Warrington
United Kingdom
Warrington
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.salesforce-sites.com/?searchtype=Projects
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.salesforce-sites.com/?searchtype=Projects
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
Provision of Neurophysiology Services
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Warrington & Halton Hospitals NHS Foundation Trust is seeking a single supplier to provide the following Adult Clinical Neurophysiology tests to two sites which include Warrington and Halton Hospitals NHS Foundation Trust and the Cheshire Merseyside Treatment Centre:
• Outpatient EEGs and EMGs
• Outpatient complex carpal tunnel tests and nerve conduction studies
• Inpatient EEG and EMG's
• Inpatient SSEP
• To run a 'one stop' hand clinic model
two.1.5) Estimated total value
Value excluding VAT: £401,204
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKD6 - Cheshire
two.2.4) Description of the procurement
Warrington & Halton Hospitals NHS Foundation Trust is seeking a single supplier to provide the following Adult Clinical Neurophysiology tests to two sites which include Warrington and Halton Hospitals NHS Foundation Trust and the Cheshire Merseyside Treatment Centre:
• Outpatient EEGs and EMGs
• Outpatient complex carpal tunnel tests and nerve conduction studies
• Inpatient EEG and EMG's
• Inpatient SSEP
• To run a 'one stop' hand clinic model
Additional information provided on the tender document.
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: £401,402
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 January 2025
End date
21 January 2029
This contract is subject to renewal
Yes
Description of renewals
The contract will be for 3 years plus three optional 12-month extensions.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.14) Additional information
Any communication regarding the procurement must be via the Atamis E-tendering portal.
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
The Supplier must ensure that all staff used to administer neurophysiology tests, whether Technician grade or Consultant Medical Staff, have the relevant qualifications and experience in providing clinical neurophysiology tests.
The Supplier must ensure that all staff working on the Contract have the relevant up to date professional registration, regular appraisals and re-validation process and proof of professional competencies.
The Supplier must ensure that all doctors working on the Contract, regardless of grade, must be GMC Registered with a licence to practice.
The Supplier must ensure that all staff working on the contract are security cleared by the Disclosure and Barring Service (DBS) to Enhanced level.
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
30 October 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 October 2024
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This procurement is being conducted under the Provider Selection Regime (PSR) Regulations 2023. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
Warrington and Halton Teaching Hospital
Warrington Hospital, Lovely Lane
Warrington
WA5 1QG
Country
United Kingdom