Guy's & St Thomas' NHS Foundation Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Interim London Clinical Services Agreement |
Notice type: | Social and Other Specific Services - Public Contracts |
Authority: | Guy's & St Thomas' NHS Foundation Trust |
Nature of contract: | Not applicable |
Procedure: | Open |
Short Description: | |
Published: | 13/08/2020 10:46 |
View Full Notice
Preliminary Questions
This notice is for Prior information notice: Yes
This notice is a call for competition: Yes
This notice is for Contract notice: No
This notice is for Contract award notice: No
Section I: Contracting Authority
I.1) Name and addresses:
Guy's & St Thomas' NHS Foundation Trust
St Thomas' Hospital, Westminster Bridge Road, London, SE1 7EH, United Kingdom
Tel. +44 07342059105, Email: david.lawson@gstt.nhs.uk
Contact: David Lawson
Main Address: https://www.guysandstthomas.nhs.uk, Address of the buyer profile: http://kingshealthpartners.g2b.info
NUTS Code: UKI
Specifications and additional documents: As Above
I.2) Joint procurement:
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No .
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./4K89H3BJW8
Further information can be obtained from: the above mentioned address
Tenders or requests to participate must be sent:
to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity:
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Interim London Clinical Services Agreement
Reference number:
II.1.2) Common Procurement Vocabulary:
85100000 - Health services.
LA07-1 - For diagnostic radiology
LA33-9 - For pathology
LA27-1 - For operating theatre
II.1.3) Type of contract: SERVICE
II.1.4) Short description:
Interim contracts for clinical services to support immediate efforts to reduce NHS waiting lists in the London Region.
II.1.5) Estimated total value:
Value excluding VAT (give figures only) : 80,000,000 - Currency : GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Lot Description
II.2.3) Place of performance:
Region Codes:
UKI - LONDON
II.2.4) Description of the procurement:
The Contracting Authorities intend to award contracts to providers for a range of services including: (1) NHS inpatient and outpatient services (including full supporting pathology and imaging) and urgent elective care and cancer treatment in line with nationally set criteria; (2) NHS inpatient non-elective care (either direct admission or transfer from an NHS organisation). The scope of the procurement is also intended to permit NHS England to commission specialised services. The purpose of the awards is to assist efforts to reduce NHS waiting list pressures that have increased as a result of Covid-19. It is the intention for each Contracting Authority named in this notice to enter into a separate contract with a successful provider, for the services required by that authority.
II.2.6) Estimate value
Value excluding VAT (give figures only) : 80,000,000 - currency : GBP
II.2.7) Duration of the contract, framework agreement
Duration in months - 4
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds : NO
II.2.14) Additional information
There is no limit on the number of contracts that may be awarded by an individual Contracting Authority.
It is expected that locations at which services will be provided will need to be easily accessible to patients of the Contracting Authorities although a strict geographical boundary is not being imposed.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:
Providers will be required to satisfy minimum levels of quality criteria and standards in addition to the mandatory and discretionary exclusion grounds under Regulation 57 Public Contracts Regulations 2015. Minimum requirements/ standards imposed may vary per service or group of services and the award processes for different services may take place consecutively and not concurrently. In principle price for all activity purchased will be based on National Tariff 2019/20 + MFF with no minimum payment or volume/ activity guarantee. Where existing contracts are varied, the services will be delivered according to the terms of the existing contract, subject to the relevant variation. Where new contracts are entered into, the terms will be based upon the generic NHS Standard Contract 2020/21 (full length) or the template sub-contract issued by NHS England for use with the NHS Standard Contract 2020/21 (as appropriate). Post award, activity may be purchased from any provider holding a contract for the relevant services on the basis of patient choice and/or at the discretion of the Contracting Authority in order to ensure quality, continuity, accessibility, availability and comprehensiveness of patient services. Contracts may be awarded as variations to existing contracts or as new contracts. Providers must be able to mobilise to ensure service provision from 8 September 2020.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years:
Not Provided
IV.1.6) Information about electronic auction
An electronic auction will be used - Not Provided
IV.1.8) Information about Government Procurement Agreement (GPA )
The contract is covered by the Government Procurement Agreement (GPA) - Not Provided
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in OJEU: Not Provided
IV.2.2) Time limit for receipt of expressions of interest
Date - 26/08/2020 Local Time - 17:30
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.5) Scheduled date for start of award procedures: 08/09/2020
Section VI: Complementary Information
VI.2) Information about electronic workflows
VI.3) Additional Information:
Contracts will be awarded by the Contracting Authorities without a further call for competition. If all tenderers are awarded contracts by a Contracting Authority, no standstill period will be observed in accordance with Regulation 86(5) PCR 2015.
The agreement can be accessed by NHS England and NHS bodies, including CCGs, NHS trusts, NHS foundation trusts within the London Region. Lists of all of such NHS bodies at: http://www.nhs.uk/Servicedirectories/pages/nhstrustlisting.aspx
Post award, activity may be purchased from any provider holding a contract for the relevant services on the basis of patient choice and/or at the discretion of the relevant Contracting Authority in order to ensure quality, continuity, accessibility, availability and comprehensiveness of patient services.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./4K89H3BJW8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4K89H3BJW8
GO-2020813-PRO-16944275 TKR-2020813-PRO-16944274
VI.5) Date Of Dispatch Of This Notice: 13/08/2020
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Refer to Section VI. 3.
Refer to Section VI. 3., London, SE1 9RT, United Kingdom
Email: david.lawson@gstt.nhs.uk
Main Address: http://www.nhs.uk/Servicedirectories/pages/nhstrustlisting.aspx
NUTS Code: UKI