Framework for Supply of Mobile Diagnostic Imaging Service
This tender is to establish a Framework Agreement for the supply of a Diagnostic Imaging Service within a mobile platform.
United Kingdom-Birmingham: Medical imaging services
2017/S 025-044090
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
19 George Road, Edgbaston
Birmingham
B15 1NU
United Kingdom
Telephone: +44 8458875000
E-mail: adrian.griffith@htepg.com
NUTS code: UK
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework Agreement for the supply of Mobile Diagnostic Imaging Service.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This tender is to establish a Framework Agreement for the supply of a Diagnostic Imaging Service within a mobile platform to facilitate the provision of image capture to make clinical patient diagnosis. The service should be able to provide a number of modalities to include (but is not limited to); CT, MRI, X-Ray, PET/CT, Mammography, Cardiac Cath Lab, Bone Densitometry, within a Beneficiary approved and designated location. Dependent on the Trust’s needs, this may or may not include the requirement of equipment or staff. In addition, the Beneficiary may also request additional services such as booking and reporting services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Mobile Imaging Service for CT; MRI; X-Ray Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
The provision of a Mobile Imaging Service capable of delivering the following:
— MRI — 1.5T scanner,
— MRI — 3T scanner,
— CT — Per 1 part body area,
— CT — Per 2 part body area,
— CT — Per 3 part body area,
— X-Ray — Digital table,
— X-Ray — Digital wall/chest stand.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mobile Mammography Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
The provision of a Mobile Imaging Service capable of delivering the following:
— Mammography Digital standard,
— Mammography Digital standard with tomosynthesis,
— Mammography Digital standard with biopsy.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mobile PET CT Scanning Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
The provision of a Mobile Imaging Service capable of delivering the following:
— PET CT.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mobile Cardiac Cath Labs
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom.
II.2.4)Description of the procurement:
The provision of a Mobile Imaging Service capable of delivering the following:
— Cardiac Cath Lab Angiography,
— Cardiac Cath Lab Percutaneous Coronary Intervention.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Mobile DXA Screening Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of a Mobile Imaging Service capable of delivering the following:
— Bone Densitometry Hand/wrist study,
— Bone Densitometry Other body parts.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
HTE may request such information as may be requested pursuant to Regulation 58 and 60 of the Public Contracts Regulations 2015. Details are provided in the ITT Documentation Questionnaire.
III.1.3)Technical and professional ability
HTE may request such information as may be requested pursuant to Regulation 58 and 60 of the Public Contracts Regulations 2015. Details are provided in the ITT Documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
HTE is a central purchasing body who is able to carry out this tender exercise by virtue of its appointment as an agent of UHCW. Notwithstanding HTE’s relationship with UHCW, it is HTE conducting this tender exercise and will execute the resultant framework agreement with successful bidders.
The bodies to whom the use of this framework agreement will be open include all contracting authorities in the UK as defined in Regulation 2 of the Public Contracts Regulations 2015 as may be updated from time to time. In particular, the following entities in the UK (particularly those of a health and/or social care nature) are envisaged as framework agreement users:
(1) All National Health Service (NHS) bodies in England, including but not limited to:
(i) acute trusts (as listed at: http://www.nhs.uk/servicedirectories/pages/acutetrustlisting.aspx);
(ii) health and care trusts (as listed at:http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx);
(iii) mental health trusts (as listed at:http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx);
(iv) clinical commissioning groups (as listed at:http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx);
(v) ambulance trusts (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
(vi) area teams (as listed at: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx);
(vii) special health authorities (http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx);
(viii) NHS England; and
(ix) clinical senates and strategic clinical networks.
(2) All NHS bodies in Wales, including but not limited to all:
(i) health boards;
(ii) NHS trusts;
(iii) the national delivery group;
(iv) community health councils; and
(v) NHS Wales shared services partnership (as listed athttp://www.wales.nhs.uk/nhswalesaboutus/structure).
(3) All NHS bodies in Northern Ireland (known as Health and Social Care), including but not limited to:
(i) health and social care trusts (as listed at: http://online.hscni.net/?s=trusts)
(ii) health agencies (as listed at: http://online.hscni.net/?s=health+agencies)
(iii) hospitals (as listed at: http://online.hscni.net/?s=hospitals); and
(iv) the Health and Social Care Board.
(4) Social enterprises undertaking some or all of the previous service provider functions of contracting authorities in relation to health and/or social care services (including charitable incorporated organisations, cooperatives, industrial and provident societies and community interest companies listed on the Companies House WebCheck service).
(5) Ministerial departments and non-ministerial departments of central government, non-departmental agencies and other public bodies, and public corporations (as listed at:https://www.gov.uk/government/organisations).
(6) Devolved governmental and parliamentary organisations within the UK, including but not limited to the Scottish Government, Scottish Parliament, and Scottish public bodies (as listed at:http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies), as well as the Welsh Government, Welsh Assembly and Welsh unitary authorities (as listed at:http://www.assembly.wales/en/abthome/role-of-assembly-how-it-works/Pages/governance-of-wales.aspx).
(7) All local authorities (as listed at: http://local.direct.gov.uk/LDGRedirect/Start.do?mode=1).
(8) The Ministry of Defence (as detailed at:https://www.gov.uk/government/organisations/ministry-of-defence).
This list includes each organisation’s successors and assigns, any equivalent organisations and associated organisation created due to any organisational changes.
This agreement will be open to any bodies or organisations operating in the UK of a health, and/or social care nature or which have a similar procurement need, and/or any UK based central government authority listed at Annex I of Directive 2014/24/EU of the European Parliament and of The Council, in respect of any goods or services to any of the above listed organisations.
VI.4.1)Review body
19 George Road, Edgbaston
Birmingham
B15 1NU
United Kingdom
Telephone: +44 1216871350
Fax: +44 121687134
VI.4.3)Review procedure
HTE will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Related Posts
Nursing Home Placements or Domiciliary Care Midlands and Lancashire
Sexual Health Services Contract – North East London
Zero Tolerance Patient Scheme for NHS England North (Lancashire)
Supply and Maintenance of Aids for Independent Living