Medical Imaging Framework for NHS Scotland
Requirement for medical imaging services. This Framework Agreement is for the provision of Radiology Reporting Services by suitably qualified Radiologists and Radiographers to all NHS Health Boards.
United Kingdom-Edinburgh: Medical imaging services
2016/S 066-115263
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Common Services Agency (more commonly known as NHS National Services Scotland) (’the Authority’)
Gyle Square (NSS Head Office), 1 South Gyle Crescent
For the attention of: Kate Henderson
EH12 9EB Edinburgh
UNITED KINGDOM
Telephone: +44 1312756380
E-mail: kate.henderson3@nhs.net
Internet address(es):
General address of the contracting authority: http://www.nhsscotlandprocurement.scot.nhs.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Fife College
Dundee and Angus College
Edinburgh College
West College Scotland
Glasgow Clyde College
Ayrshire College
City of Glasgow College
North East College Scotland
New College Lanarkshire
Glasgow Kelvin College
Borders College
Dumfries and Galloway College
Forth Valley College
Inverness College
Lews Castle College
Moray College
Newbattle Abbey College
North Highland College
Orkney College
Perth College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
West Lothian College
SRUC
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Conservatoire of Scotland
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the West of Scotland
All entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisations established pursuant to the NHS (Scotland) Act 1978) and any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 40
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 7 000 000 and 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
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 on-site.
NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 5702 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
85150000, 85141000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The Authority is entitled at its sole discretion to extend the duration of the Framework Agreement by up to 24 months (2 x 12 months).
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Information about lots
Lot No: 2 Lot title: Remote Radiographer Reporting
1)Short description
2)Common procurement vocabulary (CPV)
85150000, 85141000
3)Quantity or scope
Lot No: 1 Lot title: On-Site Radiographer Reporting
1)Short description
2)Common procurement vocabulary (CPV)
85150000, 85141000
3)Quantity or scope
Lot No: 3 Lot title: Remote Radiologist Reporting
1)Short description
2)Common procurement vocabulary (CPV)
85150000, 85141000
3)Quantity or scope
Lot No: 4 Lot title: On-Site Radiologist Reporting
1)Short description
2)Common procurement vocabulary (CPV)
85150000, 85141000
3)Quantity or scope
Lot No: 5 Lot title: Out of Hours Reporting
1)Short description
2)Common procurement vocabulary (CPV)
85150000, 85141000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As detailed in the tender documents.
Minimum level(s) of standards possibly required:
It is a mandatory requirement for each Potential Framework Participant (or any of its sub contractors) to operate a quality management system.
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 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 5 000 000 GBP
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.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Cost. Weighting 50
2. Service Delivery. Weighting 25
3. Quality. Weighting 25
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 008-009957 of 13.1.2016
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 12.5.2016 – 12:00
Place:
Gyle Square, Edinburgh
Section VI: Complementary information
VI.3)Additional information
All dates and time periods specified in this notice are only provisional and the Authority reserves the right to change these.
The Authority reserves the right to not award any or part of this contract.
Bidding and bid costs are entirely at the risk of bidders and will not be refunded by the Authority under any circumstances.
(SC Ref:439220).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Acute Independent Sector Healthcare Providers Leeds
Outsourced Clinical Services Kent
Mobility Assessments Tender Essex