Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)NHS Wandsworth Clinical Commissioning Group
UK
73 Upper Richmond Rd
For the attention of: Tom Baker
SW15 2SR London
United Kingdom
E-mail:
Internet address(es):
General address of the contracting authority: http://www.wandsworthccg.nhs.uk/
I.2)Type of the contracting authorityOther: clinical commissioning group
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract
The Provision of Diagnostic Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Wandsworth, London, UK.
NUTS code UKI
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
Coordinate and oversight of the delivery of primary care diagnostic services, ensuring that all patients have standardised access and are offered a quality service. A contract with WCCG has been awarded for 2 years,with the option to extend for a further year at the Commissioner's discretion.
The provider will actively work with GP practices in Wandsworth to deliver the following diagnostic services:
- 24hr Ambulatory Blood Pressure Monitoring;
- 12-lead Electrocardiogram;
- Phlebotomy;
- Spirometry.
The provider will deliver a service that:
- Supports national and local initiatives;
- Provides 100 % coverage of services across Wandsworth;
- Provides an integrated service;
- Minimises duplication of effort;
- Updates the current service specifications in line with current activity and local/national guidance;
- Ensures the services are offered close to the patients' homes.
II.1.5)Common procurement vocabulary (CPV) II.1.6)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)Value: 1 040 000 GBP
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureAward of a contract without prior publication of a contract notice in the Official Journal of the European Union (in the cases listed in Section 2 of Annex D1)
Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union (OJEU):
Directive 2004/18/EC
1) Justification for the choice of the negotiated procedure without prior publication of a contract notice in the OJEU in accordance with Directive 2004/18/EC
2) Other justification for the award of the contract without prior publication of a contract notice in the OJEU
The contract has as its object services listed in Annex II B to the Directive.
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
1. Quality. Weighting 100
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contractno
Section V: Award of contract
Contract No: 21467 Lot title: The Provision of Diagnostic Services on Behalf of NHS Wandsworth CCGV.1)Date of contract award decision:30.10.2015
V.2)Information about offersNumber of offers received: 1
Number of offers received by electronic means: 1
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenBattersea Healthcare CIC
88a Thurleigh Road
SW12 8TT London
United Kingdom
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 1 040 000 GBP
V.5)Information about subcontractingThe contract is likely to be sub-contracted: no
Section VI: Complementary information
VI.1)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:16.6.2016