<?xml version="1.0" encoding="UTF-8"?><TED_EXPORT xmlns:xlink="http://www.w3.org/1999/xlink" xmlns:xsi="http://www.w3.org/2001/XMLSchema-instance" xmlns="http://publications.europa.eu/resource/schema/ted/R2.0.9/publication" xmlns:n2016="http://publications.europa.eu/resource/schema/ted/2016/nuts" xsi:schemaLocation="http://publications.europa.eu/resource/schema/ted/R2.0.9/publication TED_EXPORT.xsd" VERSION="R2.0.9.S03.E01" DOC_ID="521038-2018" EDITION="2018228"><TECHNICAL_SECTION><RECEPTION_ID>18-533592-001</RECEPTION_ID><DELETION_DATE>20190107</DELETION_DATE><FORM_LG_LIST>EN </FORM_LG_LIST><COMMENTS>From Convertor</COMMENTS></TECHNICAL_SECTION><LINKS_SECTION><XML_SCHEMA_DEFINITION_LINK xlink:type="simple" xlink:href="http://ted.europa.eu" xlink:title="TED WEBSITE"/><OFFICIAL_FORMS_LINK xlink:type="simple" xlink:href="http://ted.europa.eu"/><FORMS_LABELS_LINK xlink:type="simple" xlink:href="http://ted.europa.eu"/><ORIGINAL_CPV_LINK xlink:type="simple" xlink:href="http://ted.europa.eu"/><ORIGINAL_NUTS_LINK xlink:type="simple" xlink:href="http://ted.europa.eu"/></LINKS_SECTION><CODED_DATA_SECTION><REF_OJS><COLL_OJ>S</COLL_OJ><NO_OJ>228</NO_OJ><DATE_PUB>20181127</DATE_PUB></REF_OJS><NOTICE_DATA><NO_DOC_OJS>2018/S 228-521038</NO_DOC_OJS><URI_LIST><URI_DOC LG="EN">http://ted.europa.eu/udl?uri=TED:NOTICE:521038-2018:TEXT:EN:HTML</URI_DOC></URI_LIST><LG_ORIG>EN</LG_ORIG><ISO_COUNTRY VALUE="UK"/><IA_URL_GENERAL>https://www.gov.uk/government/organisations/department-of-health</IA_URL_GENERAL><IA_URL_ETENDERING>http://procurement.supplychain.nhs.uk/ISS/</IA_URL_ETENDERING><ORIGINAL_CPV CODE="44211100">Modular and portable buildings</ORIGINAL_CPV><ORIGINAL_CPV CODE="34223330">Mobile units on trailers</ORIGINAL_CPV><ORIGINAL_CPV CODE="85150000">Medical imaging services</ORIGINAL_CPV><ORIGINAL_CPV CODE="85111100">Surgical hospital services</ORIGINAL_CPV><ORIGINAL_CPV CODE="33100000">Medical equipments</ORIGINAL_CPV><ORIGINAL_CPV CODE="85121200">Medical specialist services</ORIGINAL_CPV><ORIGINAL_CPV CODE="75200000">Provision of services to the community</ORIGINAL_CPV><ORIGINAL_CPV CODE="33124120">Diagnostic ultrasound devices</ORIGINAL_CPV><ORIGINAL_CPV CODE="75100000">Administration services</ORIGINAL_CPV><ORIGINAL_CPV CODE="85111800">Pathology services</ORIGINAL_CPV><ORIGINAL_CPV CODE="85111810">Blood analysis services</ORIGINAL_CPV><n2016:PERFORMANCE_NUTS CODE="UK">UNITED KINGDOM</n2016:PERFORMANCE_NUTS><n2016:CA_CE_NUTS CODE="UKI4">Inner London – East</n2016:CA_CE_NUTS><n2016:CA_CE_NUTS CODE="UKE4">West Yorkshire</n2016:CA_CE_NUTS><VALUES><VALUE TYPE="ESTIMATED_TOTAL" CURRENCY="GBP">600000000.00</VALUE></VALUES><REF_NOTICE><NO_DOC_OJS>2017/S 163-336118</NO_DOC_OJS></REF_NOTICE></NOTICE_DATA><CODIF_DATA><DS_DATE_DISPATCH>20181122</DS_DATE_DISPATCH><DT_DATE_FOR_SUBMISSION>20190107 15:00</DT_DATE_FOR_SUBMISSION><AA_AUTHORITY_TYPE CODE="N">National or federal Agency/Office</AA_AUTHORITY_TYPE><TD_DOCUMENT_TYPE CODE="3">Contract notice</TD_DOCUMENT_TYPE><NC_CONTRACT_NATURE CODE="2">Supplies</NC_CONTRACT_NATURE><PR_PROC CODE="1">Open procedure</PR_PROC><RP_REGULATION CODE="5">European Union, with participation by GPA countries</RP_REGULATION><TY_TYPE_BID CODE="1">Submission for all lots</TY_TYPE_BID><AC_AWARD_CRIT CODE="2">The most economic tender</AC_AWARD_CRIT><MA_MAIN_ACTIVITIES CODE="H">Health</MA_MAIN_ACTIVITIES><HEADING>01B02</HEADING><INITIATOR>01</INITIATOR></CODIF_DATA></CODED_DATA_SECTION><TRANSLATION_SECTION><ML_TITLES><ML_TI_DOC LG="BG"><TI_CY>Обединено кралство</TI_CY><TI_TOWN>Лондон</TI_TOWN><TI_TEXT><P>Фургони, използвани на строителни обекти</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="CS"><TI_CY>Spojené království/Velká Británie</TI_CY><TI_TOWN>Londýn</TI_TOWN><TI_TEXT><P>Stavebnicové a mobilní buňky</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="DA"><TI_CY>Forenede Kongerige, Det</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Modulopbyggede og transportable bygninger</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="DE"><TI_CY>das Vereinigte Königreich</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Mobile, modulare Containergebäude</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="EL"><TI_CY>Ηνωμένο Βασίλειο</TI_CY><TI_TOWN>Λονδίνο</TI_TOWN><TI_TEXT><P>Αρθρωτά και φορητά κτίρια</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="EN"><TI_CY>United Kingdom</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Modular and portable buildings</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="ES"><TI_CY>Reino Unido</TI_CY><TI_TOWN>Londres</TI_TOWN><TI_TEXT><P>Edificios prefabricados modulares</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="ET"><TI_CY>Suurbritannia / Ühendkuningriik</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Moodul- ja teisaldatavad ehitised</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="FI"><TI_CY>Yhdistynyt kuningaskunta</TI_CY><TI_TOWN>Lontoo</TI_TOWN><TI_TEXT><P>Modulaariset ja siirrettävät rakennukset</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="FR"><TI_CY>Royaume-Uni</TI_CY><TI_TOWN>Londres</TI_TOWN><TI_TEXT><P>Bâtiments modulaires préfabriqués</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="GA"><TI_CY>Ríocht Aontaithe, an</TI_CY><TI_TOWN>Londain</TI_TOWN><TI_TEXT><P>Modular and portable buildings</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="HR"><TI_CY>Ujedinjena Kraljevina</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Modularne i prijenosne zgrade</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="HU"><TI_CY>Egyesült Királyság</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Előre gyártott, moduláris épületek</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="IT"><TI_CY>Regno Unito</TI_CY><TI_TOWN>Londra</TI_TOWN><TI_TEXT><P>Abitazioni modulari</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="LT"><TI_CY>Jungtinė Karalystė, Didžioji Britanija</TI_CY><TI_TOWN>Londonas</TI_TOWN><TI_TEXT><P>Moduliniai ir kilnojamieji statiniai</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="LV"><TI_CY>Apvienotā Karaliste</TI_CY><TI_TOWN>Londona</TI_TOWN><TI_TEXT><P>Modulāras un pārvietojamas konstrukcijas</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="MT"><TI_CY>Ir-Renju Unit</TI_CY><TI_TOWN>Londra</TI_TOWN><TI_TEXT><P>Bini modulari u portabbli</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="NL"><TI_CY>Verenigd Koninkrijk</TI_CY><TI_TOWN>Londen</TI_TOWN><TI_TEXT><P>Modulaire verplaatsbare bouwelementen</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="PL"><TI_CY>Zjednoczone Królestwo</TI_CY><TI_TOWN>Londyn</TI_TOWN><TI_TEXT><P>Budynki modułowe i przenośne</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="PT"><TI_CY>Reino Unido</TI_CY><TI_TOWN>Londres</TI_TOWN><TI_TEXT><P>Módulos pré-fabricados portáteis</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="RO"><TI_CY>Regatul Unit</TI_CY><TI_TOWN>Londra</TI_TOWN><TI_TEXT><P>Construcţii modulare prefabricate</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SK"><TI_CY>Spojené kráľovstvo</TI_CY><TI_TOWN>Londýn</TI_TOWN><TI_TEXT><P>Modulové a pojazdné budovy</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SL"><TI_CY>Združeno kraljestvo</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Modularne in prenosne stavbe</P></TI_TEXT></ML_TI_DOC><ML_TI_DOC LG="SV"><TI_CY>Förenade kungariket</TI_CY><TI_TOWN>London</TI_TOWN><TI_TEXT><P>Mobila byggnader och modulbyggnader</P></TI_TEXT></ML_TI_DOC></ML_TITLES><ML_AA_NAMES><AA_NAME LG="EN">DHL Supply Chain Ltd acting on behalf of Supply Chain Coordination Ltd acting on behalf of the NHS Business Services Authority</AA_NAME></ML_AA_NAMES></TRANSLATION_SECTION><FORM_SECTION><F02_2014 CATEGORY="ORIGINAL" FORM="F02" LG="EN"><LEGAL_BASIS VALUE="32014L0024"/><CONTRACTING_BODY><ADDRESS_CONTRACTING_BODY><OFFICIALNAME>DHL Supply Chain Ltd acting on behalf of Supply Chain Coordination Ltd acting on behalf of the NHS Business Services Authority</OFFICIALNAME><ADDRESS>Skipton House, 80 London Road</ADDRESS><TOWN>London</TOWN><POSTAL_CODE>SE1 6LH</POSTAL_CODE><COUNTRY VALUE="UK"/><CONTACT_POINT>Chelsea Hufton</CONTACT_POINT><E_MAIL>Chelsea.Hufton@supplychain.nhs.uk</E_MAIL><n2016:NUTS CODE="UKI4"/><URL_GENERAL>https://www.gov.uk/government/organisations/department-of-health</URL_GENERAL><URL_BUYER>https://www.gov.uk/government/organisations/department-of-health/about/procurement</URL_BUYER></ADDRESS_CONTRACTING_BODY><CENTRAL_PURCHASING/><DOCUMENT_FULL/><URL_DOCUMENT>http://procurement.supplychain.nhs.uk/ISS/</URL_DOCUMENT><ADDRESS_FURTHER_INFO><OFFICIALNAME>DHL Supply Chain Ltd</OFFICIALNAME><ADDRESS>Foxbridge Way</ADDRESS><TOWN>Normanton</TOWN><POSTAL_CODE>WF6 1TL</POSTAL_CODE><COUNTRY VALUE="UK"/><CONTACT_POINT>Chelsea Hufton</CONTACT_POINT><PHONE>+44 7715043433</PHONE><E_MAIL>Chelsea.Hufton@supplychain.nhs.uk</E_MAIL><n2016:NUTS CODE="UKE4"/><URL_GENERAL>http://procurement.supplychain.nhs.uk/ISS/</URL_GENERAL></ADDRESS_FURTHER_INFO><ADDRESS_PARTICIPATION_IDEM/><CA_TYPE VALUE="NATIONAL_AGENCY"/><CA_ACTIVITY VALUE="HEALTH"/></CONTRACTING_BODY><OBJECT_CONTRACT><TITLE><P>Mobile and Strategic Clinical Solutions</P></TITLE><CPV_MAIN><CPV_CODE CODE="44211100"/></CPV_MAIN><TYPE_CONTRACT CTYPE="SUPPLIES"/><SHORT_DESCR><P>NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for the supply to the NHS Supply Chain customer base via the direct route of supply of Mobile and Strategic Clinical Solutions. The scope of the proposed Framework Agreement is intended to cover the following categories of services (listed as lots) and shall supplement the end and/or permanent facilities that the end users may wish to rent on a temporary basis. The length of service will be determined by the customer’s local clinical requirement.</P><P>It is anticipated that in the first 24 months of the Framework Agreement the value of purchases will be in the region of circa 250 000 000 GBP. For the full 48 month term (if extended) the anticipated value is circa 600 000 000 GBP. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The values provided are for guidance only and are not a guarantee of business.</P></SHORT_DESCR><VAL_ESTIMATED_TOTAL CURRENCY="GBP">600000000.00</VAL_ESTIMATED_TOTAL><LOT_DIVISION><LOT_MAX_NUMBER>8</LOT_MAX_NUMBER></LOT_DIVISION><OBJECT_DESCR ITEM="1"><TITLE><P>Mobile Services — Imaging (Staffed)</P></TITLE><LOT_NO>1</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="44211100"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="34223330"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85150000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85111100"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="33100000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85121200"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="75200000"/></CPV_ADDITIONAL><n2016:NUTS CODE="UK"/><SHORT_DESCR><P>The service within this Lot 1 is to facilitate the capture of diagnostic images, and for the provision of patient care, within a mobile or modular unit (this may include, the supply of vehicular, modular, demountable or relocatable facilities) at a location, as chosen by the customer organisation.</P><P>This may or may not be on the customer's site. Provider(s) on this lot will be required to provide the relevant type of imaging equipment as requested by the customer. Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this lot may include (but shall not be limited to) the provision of:</P><P>— at least 1 member of staff (including radiographers and any other clinical support staff) who must be skilled and fully qualified in the operation of the (imaging) equipment,</P><P>— (imaging) equipment including any consumables,</P><P>— a booking service, and</P><P>— an imaging reporting service to facilitate clinical patient diagnosis (by the customer).</P><P>The types of imaging services that may be required in this lot are (but shall not be limited to):</P><P>— Bone Densitometry,</P><P>— Cardiac Angiography,</P><P>— CT,</P><P>— Mammography,</P><P>— MRI,</P><P>— PET CT,</P><P>— X-ray.</P><P>Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 56 000 000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the full 48-month term, if extended (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 320 000 000 GBP.</P><P>NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant lot.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Service, support and training</AC_CRITERION><AC_WEIGHTING>60</AC_WEIGHTING></AC_QUALITY><AC_COST><AC_CRITERION>Financial criteria</AC_CRITERION><AC_WEIGHTING>40</AC_WEIGHTING></AC_COST></AC><VAL_OBJECT CURRENCY="GBP">320000000.00</VAL_OBJECT><DURATION TYPE="MONTH">48</DURATION><NO_RENEWAL/><ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>This Framework Agreement will have the option to extend incrementally for a period up to 48 months.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR><OBJECT_DESCR ITEM="2"><TITLE><P>Mobile Services – Imaging (Unstaffed)</P></TITLE><LOT_NO>2</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="44211100"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="34223330"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85150000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85111100"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="33100000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85121200"/></CPV_ADDITIONAL><n2016:NUTS CODE="UK"/><SHORT_DESCR><P>The service within this Lot 2 is to facilitate the capture of diagnostic images within a mobile or modular unit (This may include, the supply of vehicular, modular, demountable or relocatable facilities) at a location as chosen by the customer organisation. This may or may not be on the customer's site.</P><P>Provider(s) on this Lot will be required to provide the relevant type of imaging equipment as requested by the customer. Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this Lot may include (but shall not be limited to) the provision of:</P><P>— (imaging) equipment including any consumables,</P><P>— a booking service; an</P><P>— an imaging reporting service to facilitate clinical patient diagnosis (by the customer).</P><P>This service provision within this Lot is unstaffed. The types of imaging services that may be required in this lot are (but shall not be limited to):</P><P>— Bone Densitometry,</P><P>— Cardiac Angiography,</P><P>— CT,</P><P>— Mammography,</P><P>— MRI,</P><P>— PET CT,</P><P>— X-ray.</P><P>Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 7 000 000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the full 48 month term, if extended (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 32 000 000 GBP</P><P>NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant Lot.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Service, Support &amp; Training</AC_CRITERION><AC_WEIGHTING>60</AC_WEIGHTING></AC_QUALITY><AC_COST><AC_CRITERION>Financial Criteria</AC_CRITERION><AC_WEIGHTING>40</AC_WEIGHTING></AC_COST></AC><VAL_OBJECT CURRENCY="GBP">32000000.00</VAL_OBJECT><DURATION TYPE="MONTH">48</DURATION><NO_RENEWAL/><ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>This Framework Agreement will have the option to extend incrementally for a period up to 48 months.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR><OBJECT_DESCR ITEM="3"><TITLE><P>Mobile Services - Operating Theatre (Staffed)</P></TITLE><LOT_NO>3</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="44211100"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="34223330"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85111100"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="33100000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85121200"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="75200000"/></CPV_ADDITIONAL><n2016:NUTS CODE="UK"/><SHORT_DESCR><P>The services required within this Lot 3 are to enable the customer to carry out various surgical procedures and the provision of patient care within a sterile mobile or modular unit (This may include, the supply of vehicular, modular, demountable or relocatable facilities) at a location, as chosen by the customer organization. This may or may not be on the customer's site.</P><P>Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this Lot may include (but shall not be limited to) the provision of:</P><P>— at least one member of staff (including Operating Department Practitioners, Operating Department Assistants and other clinical support staff) who must be skilled and fully qualified in the procedures and use of equipment within the operating theatre environment,</P><P>— operating theatre equipment including any consumables,</P><P>— a booking service and/or reporting service.</P><P>Typically, the services required under this Lot do not include the supply of any anaesthetist or surgeons to perform a procedure, as these members of staff would be supplied by the customer procuring the service. However, Operating Department Practitioners, Operating Department Assistants and other clinical support staff must be provided by the successful Applicant(s) where these are required by the customer. The types of mobile/modular theatre services that may be required in this lot are (but shall not be limited to):</P><P>— Cardiology,</P><P>— Dental,</P><P>— Endoscopy,</P><P>— ENT,</P><P>— General Surgery,</P><P>— Gynaecology,</P><P>— Lithotripsy,</P><P>— Minors/A &amp; E,</P><P>— Wards,</P><P>— Clinics,</P><P>— Consultation Rooms,</P><P>— Visiting Hospital,</P><P>— Day Surgery.</P><P>Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 13 000 000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the full 48 month term, if extended (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 64 000 000 GBP</P><P>NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant Lot.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Service, Support &amp; Training</AC_CRITERION><AC_WEIGHTING>60</AC_WEIGHTING></AC_QUALITY><AC_COST><AC_CRITERION>Financial Criteria</AC_CRITERION><AC_WEIGHTING>40</AC_WEIGHTING></AC_COST></AC><VAL_OBJECT CURRENCY="GBP">64000000.00</VAL_OBJECT><DURATION TYPE="MONTH">48</DURATION><NO_RENEWAL/><ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>This Framework Agreement will have the option to extend incrementally for a period up to 48 months.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR><OBJECT_DESCR ITEM="4"><TITLE><P>Mobile Services - Operating Theatre (Unstaffed)</P></TITLE><LOT_NO>4</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="44211100"/></CPV_ADDITIONAL><n2016:NUTS CODE="UK"/><SHORT_DESCR><P>The services required within this Lot 4 are to enable the customer to carry out various surgical procedures within a sterile mobile or modular unit (This may include, the supply of vehicular, modular, demountable or relocatable facilities) at a location, as chosen by the customer. This may or may not be on the customer's site.</P><P>Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this Lot may include (but shall not be limited to) the provision of:</P><P>— operating theatre equipment including any consumables,</P><P>— a booking service and/or reporting service.</P><P>This service provision within this Lot is unstaffed.</P><P>The type of theatre services that may be required under this lot are (but shall not be limited to):</P><P>— Cardiology,</P><P>— Dental,</P><P>— Endoscopy,</P><P>— ENT,</P><P>— General Surgery,</P><P>— Gynaecology,</P><P>— Lithotripsy,</P><P>— Minors/A &amp; E,</P><P>— Wards,</P><P>— Clinics,</P><P>— Consultation Rooms,</P><P>— Visiting Hospital,</P><P>— Day Surgery.</P><P>Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 5 000 000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the full 48 month term, (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 8 000 000 GBP.</P><P>NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant Lot.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Service, Support &amp; Training</AC_CRITERION><AC_WEIGHTING>60</AC_WEIGHTING></AC_QUALITY><AC_COST><AC_CRITERION>Financial Criteria</AC_CRITERION><AC_WEIGHTING>40</AC_WEIGHTING></AC_COST></AC><VAL_OBJECT CURRENCY="GBP">8000000.00</VAL_OBJECT><DURATION TYPE="MONTH">48</DURATION><NO_RENEWAL/><ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>This Framework Agreement will have the option to extend incrementally for a period up to 48 months.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR><OBJECT_DESCR ITEM="5"><TITLE><P>Strategic Clinical Solutions – Imaging</P></TITLE><LOT_NO>5</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="33100000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85121200"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85150000"/></CPV_ADDITIONAL><n2016:NUTS CODE="UK"/><SHORT_DESCR><P>The service within this Lot 5 is to facilitate the capture of diagnostic images (such as CT/MRI examinations) and the provision of patient care at a location as chosen by the customer which may or may not be on the customer's, permanent or fixed, site location (i.e. excluding mobile).</P><P>Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this Lot may include (but shall not be limited to) the provision of:</P><P>— All staff (including Radiographers and any other clinical support staff) who must be skilled and fully qualified in the operation of the (imaging) equipment,</P><P>— (imaging) equipment including any consumables,</P><P>— a booking service; and</P><P>— an imaging reporting service to facilitate clinical patient diagnosis (by the customer).</P><P>Provider(s) must therefore be able to offer these services. The type of imaging services that may be required under this lot are (but shall not be limited to):</P><P>— Bone Densitometry,</P><P>— Cardiac Angiography,</P><P>— CT,</P><P>— Mammography,</P><P>— MRI,</P><P>— PET CT,</P><P>— X-ray.</P><P>Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 18 000 000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the full 48 month term, if extended (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 64 000 000 GBP.</P><P>NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant Lot.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Service, Support &amp; Training</AC_CRITERION><AC_WEIGHTING>60</AC_WEIGHTING></AC_QUALITY><AC_COST><AC_CRITERION>Financial Criteria</AC_CRITERION><AC_WEIGHTING>40</AC_WEIGHTING></AC_COST></AC><VAL_OBJECT CURRENCY="GBP">64000000.00</VAL_OBJECT><DURATION TYPE="MONTH">48</DURATION><NO_RENEWAL/><ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>This Framework Agreement will have the option to extend incrementally for a period up to 48 months.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR><OBJECT_DESCR ITEM="6"><TITLE><P>Strategic Clinical Solutions – Operating Theatres</P></TITLE><LOT_NO>6</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="33100000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85121200"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85111100"/></CPV_ADDITIONAL><n2016:NUTS CODE="UK"/><SHORT_DESCR><P>The services required within this Lot 6 are to enable the customer to carry out various surgical procedures and the provision of patient care within a sterile operating theatre environment at a permanent location as chosen by the customer which may or may not be on the customer's, permanent or fixed, site location (i.e. excluding mobile units).</P><P>Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this Lot may include (but shall not be limited to) the provision of:</P><P>— staff who are qualified to perform or assist in operations (e.g. in respect of orthopaedic or general surgery),</P><P>— consumables and other related equipment required to perform the procedure(s),</P><P>— admission service,</P><P>— facilities to aid the recovery of patients; and</P><P>— a booking service.</P><P>The type of theatre services that may be required under this lot are (but shall not be limited to):</P><P>— Cardiology,</P><P>— Dental,</P><P>— Endoscopy,</P><P>— ENT,</P><P>— General Surgery,</P><P>— Gynaecology,</P><P>— Lithotripsy,</P><P>— Minors/A &amp; E,</P><P>— Wards,</P><P>— Clinics,</P><P>— Consultation Rooms,</P><P>— Visiting Hospital,</P><P>— Day Surgery.</P><P>Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 8 000 000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the full 48 month term, (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 32 000 000 GBP.</P><P>NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant Lot.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Service, Support &amp; Training</AC_CRITERION><AC_WEIGHTING>60</AC_WEIGHTING></AC_QUALITY><AC_COST><AC_CRITERION>Financial Criteria</AC_CRITERION><AC_WEIGHTING>40</AC_WEIGHTING></AC_COST></AC><VAL_OBJECT CURRENCY="GBP">32000000.00</VAL_OBJECT><DURATION TYPE="MONTH">48</DURATION><NO_RENEWAL/><ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>This Framework Agreement will have the option to extend incrementally for a period up to 48 months.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR><OBJECT_DESCR ITEM="7"><TITLE><P>Mobile Ultrasound Services (Staffed)</P></TITLE><LOT_NO>7</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="85150000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85111100"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85121200"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="75200000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="33124120"/></CPV_ADDITIONAL><n2016:NUTS CODE="UK"/><SHORT_DESCR><P>The service requirement within this Lot 7 is for an ultrasound scanning service, to meet the customer's (clinical speciality) needs.</P><P>This service may be mobile or delivered at static site as defined by the customer; which may or may not be on a customer's site.</P><P>Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this Lot may include (but shall not be limited to) the provision of:</P><P>— obtaining an ultrasound image for diagnosis purposes,</P><P>— reporting of the ultrasound findings to the customer to enable the customer to make clinical patient diagnosis,</P><P>— consumables and ultrasound scanner equipment required to produce the diagnostic report(s) and in order to perform the ultrasound procedure(s),</P><P>— a booking service; and</P><P>— at least one member of staff (Sonographer) who must be skilled and fully qualified in the operation of the (ultrasound) equipment.</P><P>The types of ultrasound services that are covered by this Lot are (but shall not be limited to):</P><P>— General Such as Abdomen, Liver, Kidneys,</P><P>— Cardiac,</P><P>— Breast,</P><P>— Neonatal,</P><P>— Vascular,</P><P>— Obstetrics/Gynaecology,</P><P>— Musculoskeletal,</P><P>— Interventional Musculoskeletal.</P><P>Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 4 000 000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the full 48 month term, if extended, (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 16 000 000 GBP.</P><P>NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant Lot.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Service, Support &amp; Training</AC_CRITERION><AC_WEIGHTING>60</AC_WEIGHTING></AC_QUALITY><AC_COST><AC_CRITERION>Financial Criteria</AC_CRITERION><AC_WEIGHTING>40</AC_WEIGHTING></AC_COST></AC><VAL_OBJECT CURRENCY="GBP">16000000.00</VAL_OBJECT><DURATION TYPE="MONTH">48</DURATION><NO_RENEWAL/><ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>This Framework Agreement will have the option to extend incrementally for a period up to 48 months.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR><OBJECT_DESCR ITEM="8"><TITLE><P>Medical Diagnostic Reporting Services</P></TITLE><LOT_NO>8</LOT_NO><CPV_ADDITIONAL><CPV_CODE CODE="85150000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="75100000"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85111800"/></CPV_ADDITIONAL><CPV_ADDITIONAL><CPV_CODE CODE="85111810"/></CPV_ADDITIONAL><n2016:NUTS CODE="UK"/><SHORT_DESCR><P>The service requirement within this Lot 8 is for the provider(s) to supply a provision for the reporting of medical diagnostic images to alleviate the pressures of in-house diagnostic reporting. Services, as ultimately defined by the customer, that may be provided by successful Applicants in respect of this Lot may include the following clinical areas (but shall not be limited to) the provision of:</P><P>— Radiology,</P><P>— Endoscopy,</P><P>— Ultrasound.</P><P>Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 15 000 000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the full 48 month term, if extended (NHS Supply Chain reserve the right to vary this in any future Contract Notice) is 64 000 000 GBP</P><P>NHS Supply Chain anticipates appointing all applicants who meet the minimum requirements which are set out in the tender documents and whose total score meets or exceeds a hurdle of at least 50 % at tender evaluation stage and appointment (or award) shall be made to the relevant Lot.</P></SHORT_DESCR><AC><AC_QUALITY><AC_CRITERION>Service, Support &amp; Training</AC_CRITERION><AC_WEIGHTING>60</AC_WEIGHTING></AC_QUALITY><AC_COST><AC_CRITERION>Service, Support &amp; Training</AC_CRITERION><AC_WEIGHTING>40</AC_WEIGHTING></AC_COST></AC><VAL_OBJECT CURRENCY="GBP">64000000.00</VAL_OBJECT><DURATION TYPE="MONTH">48</DURATION><NO_RENEWAL/><ACCEPTED_VARIANTS/><OPTIONS/><OPTIONS_DESCR><P>This Framework Agreement will have the option to extend incrementally for a period up to 48 months.</P></OPTIONS_DESCR><NO_EU_PROGR_RELATED/></OBJECT_DESCR></OBJECT_CONTRACT><LEFTI><SUITABILITY><P>Applicants should refer to each II.2.4 of this Contract Notice for further details in respect of appointment to the individual Lots across the Framework Agreement.</P><P>Applicants may bid for one, more than one or all of the Lots and Applicants should refer to the Invitation to Tender for more information in respect of this.</P><P>The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.</P><P>NHS Supply Chain expects to provide successful Suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives.</P><P>NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.</P><P>The Framework Agreement will be between NHS Supply Chain acting as an agent of the NHS Business Services Authority and the Applicant, however 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Applicant for any of the Services under the Framework. Direct contracts placed under the Framework Agreement by parties other than NHS Supply Chain are between the party and the Applicant, NHS Supply Chain is not a party to those contracts. Such orders may arise after a mini competition process and Applicants should note that only NHS Supply Chain will be entitled to reopen competition under the Framework, unless express written consent from NHS Supply Chain is provided.</P><P>For the avoidance of doubt, and notwithstanding the estimate indicated at II.1.5, NHS Supply Chain does not guarantee any level of purchase through the framework and advises Applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain's eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice.</P><P>Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only.</P></SUITABILITY><ECONOMIC_FINANCIAL_MIN_LEVEL><P>A Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.</P></ECONOMIC_FINANCIAL_MIN_LEVEL><TECHNICAL_PROFESSIONAL_MIN_LEVEL><P>The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.</P></TECHNICAL_PROFESSIONAL_MIN_LEVEL><PERFORMANCE_CONDITIONS><P>The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.</P></PERFORMANCE_CONDITIONS></LEFTI><PROCEDURE><PT_OPEN/><FRAMEWORK><SEVERAL_OPERATORS/><NB_PARTICIPANTS>25</NB_PARTICIPANTS></FRAMEWORK><CONTRACT_COVERED_GPA/><NOTICE_NUMBER_OJ>2017/S 163-336118</NOTICE_NUMBER_OJ><DATE_RECEIPT_TENDERS>2019-01-07</DATE_RECEIPT_TENDERS><TIME_RECEIPT_TENDERS>15:00</TIME_RECEIPT_TENDERS><LANGUAGES><LANGUAGE VALUE="EN"/></LANGUAGES><DURATION_TENDER_VALID TYPE="MONTH">7</DURATION_TENDER_VALID><OPENING_CONDITION><DATE_OPENING_TENDERS>2019-01-08</DATE_OPENING_TENDERS><TIME_OPENING_TENDERS>09:00</TIME_OPENING_TENDERS></OPENING_CONDITION></PROCEDURE><COMPLEMENTARY_INFO><NO_RECURRENT_PROCUREMENT/><EORDERING/><EINVOICING/><EPAYMENT/><INFO_ADD><P>Submission of expression of interest and procurement specific information:</P><P>This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/ISS/</P><P>Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:</P><P>Registration.</P><P>1. Use URL http://procurement.supplychain.nhs.uk/ISS/ to access the NHS Supply Chain Procurement portal.</P><P>2. If not yet registered:</P><P>— Click on the ‘Not Registered Yet’ link to access the registration page,</P><P>— Complete the registration pages as guided by the mini guide found on the landing page.</P><P>Portal access.</P><P>If registration has been completed:</P><P>— Login with URL http://procurement.supplychain.nhs.uk/ISS/,</P><P>— Click on the ‘Supplier Dashboard’ icon to open the list of new procurement events.</P><P>Expression of interest.</P><P>— View Contract Notice content by clicking on the ‘VIEW NOTICE’ button for the procurement event. This opens a PDF document,</P><P>— Express an interest by clicking on the ‘EXPRESS INTEREST’ button,</P><P>— To start the response process after the expression of interest has been done, select the ‘My Active Opportunities’ option and click on the ‘Apply’ button,</P><P>— Select the procurement event from the list by clicking on the description</P><P>— In the detail view click on the orange coloured ‘Framework Agreement’ button to start responding to the tender.</P><P>Header level requirements:</P><P>— Applicants are required to read all Framework Header Documents which can be accessed using the ‘NHS SC HEADER DOCUMENTS’ button, which is located in the ‘SELECT FRAMEWORK’ tab,</P><P>— Applicants are required to upload the documents requested using the ‘SUPPLIER HEADER DOCUMENTS’ button, which is located in the ‘SELECT FRAMEWORK’ tab.</P><P>Lot level requirements:</P><P>— A preview of the Lot line details can be viewed using the ‘LOT HEADER’ tab, by selecting the Lot and using the ‘LOT LINE INFORMATION’ button. In order to respond to a Lot, Applicants must select the relevant Lot and then use the ‘EXPRESS INTENT’ button. This expression of intent does not place any obligation on the Applicant to respond, the action unlocks the ability to respond,</P><P>— Complete price offers per line for the Lot by completing the required fields for the lines the Applicant wantsto include in the bid using the ‘LOT LINE DETAIL’ tab. There are a number of mandatory fields to complete on a product line basis; these are highlighted in yellow in the ‘LOT LINE DETAIL’ tab,</P><P>— Applicants are required to answer all mandatory Lot specific questions found in the ‘LOT EVALUATION CRITERIA’ tab,</P><P>— Applicants are then required to click on the ‘TERMS AND CONDITIONS’ button in the ‘SUBMIT INDIVIDUAL LOT RESPONSE(S)’ tab to view and accept the ISS Terms and Conditions,</P><P>— Accept the ISS ‘TERMS AND CONDITIONS’ button to access this function,</P><P>— Submit Lot response, by clicking on the ‘SUBMIT RESPONSE TO SELECTED LOT’ button in the ‘SUBMIT INDIVIDUAL LOT RESPONSE(S)’ tab to submit response for the Lot. Each Lot must be submitted independently,</P><P>— Applicants are able to view their submission using the ‘SUPPLIER SUBMISSION REPORT’ button, found in the ‘SUBMIT INDIVIDUAL LOT RESPONSE(S)’ tab.</P><P>Please refer to Section III.1.1 for additional information.</P></INFO_ADD><ADDRESS_REVIEW_BODY><OFFICIALNAME>NHS Supply chain</OFFICIALNAME><TOWN>Normanton</TOWN><COUNTRY VALUE="UK"/></ADDRESS_REVIEW_BODY><ADDRESS_MEDIATION_BODY><OFFICIALNAME>NHS Supply chain</OFFICIALNAME><TOWN>Normanton</TOWN><COUNTRY VALUE="UK"/></ADDRESS_MEDIATION_BODY><REVIEW_PROCEDURE><P>Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).</P></REVIEW_PROCEDURE><DATE_DISPATCH_NOTICE>2018-11-22</DATE_DISPATCH_NOTICE></COMPLEMENTARY_INFO></F02_2014></FORM_SECTION></TED_EXPORT>