Section one: Contracting authority
one.1) Name and addresses
NHS England
Quarry House, Quarry Hill
Leeds
LS2 7UE
Contact
Surinder Kahlon
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Stereotactic Radiosurgery / Radiotherapy (SRS /SRT) Services – (Intracranial) All Ages, All Indications including Paediatric Neuro-Oncology SRS/SRT Services
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden and Greater East Midlands Commissioning Support unit on behalf of NHS
England wish to procure under Lots four All Tiers Stereotactic Radiosurgery / Radiotherapy
(SRS /SRT) Services – (Intracranial) all ages, including paediatric oncology services covering
England.
SRS/SRT are methods of delivering doses of precisely targeted intracranial radiotherapy
treatment and used for a wide range of malignant and benign intracranial conditions, as setout
within NHS England clinical commissioning policy. This comprises Tier 1-2 indications of
cerebral metastases, non-skull base meningiomas, skull base tumours including Vestibular
Schwannoma and meningioma, pituitary adenoma, and the Tier 3-4 indications including
arteriovenous malformations, trigeminal neuralgia and paediatric CNS tumours. The
prevalence of these conditions varies from less than one per 100,000 population to up to 30
per 100,000.
The two Service Specification include a tiered service model, based on clinical indication
prevalence and complexity and groups together more common, less complex conditions
(called Tier 1&2) and less common and more complex conditions (called Tier 3&4).
The two service specification, cover:
(i) Tier 1 & 2 indications for adults; and
(ii) All tiers, all ages and all conditions as this better reflects service provision and pathways.
This procurement is focused on the ALL Tiers, all ages Service Specification ONLY.
The Lots will cover the whole of England based on the following Geographies:
1. Lot 1: North England and North West England
2. Lot 2: South Yorkshire and Midlands
3. Lot 3: Greater London, East of England and South England
4. Lot 4: South West of England
two.1.5) Estimated total value
Value excluding VAT: £83,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 North England and North West England
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The objective of this procurement is to commission four Lots All Tiers Stereotactic Radiosurgery / Radiotherapy (SRS /SRT) Services – (Intracranial) all ages, including paediatric oncology services covering England. The eligibility criteria, lotting structure and scope of services are detailed in this document. Bidders must be located within the Lot geography for which they are bidding. Bidders are only required to deliver the Tier 1 and 2 services within the geographical catchment area served by the neurosurgical service in which they are based and not for the whole Lot geography.
On completion of the procurement process, NHS England will complete a Market Engagement exercise scheduled, to follow the outcome from this procurement process for the remaining Tier 1 & Tier 2 services which will be open to all bidders.
In order to be eligible, bidders must ensure that:
a) The Service is delivered as part of an integrated neurosurgical and oncology service located within the same geographical area or city serving a population of at least 2 million in order to generate 100 SRS/SRT Tier 1&2 cases per year.
b) The Service is delivered as part of an integrated paediatric neurosurgical and oncology service, commissioned to provide Paediatric Photon Radiotherapy located within the same geographical area or city to a Children’s Cancer Principal Treatment Centre (PTC)
c) The neurosurgical centre must host the full range of specialist intracranial Multi-disciplinary Teams (MDT) for all clinical indications for adult and paediatric intracranial tumours, namely, combined Neurosciences Brain and Central Nervous System (CNS) MDT, and / or the individual neuro-oncology MDTs, skull base MDT, and pituitary MDT, neuro-vascular MDT and Paediatric oncology MDTs as listed in Table 1.2.
d) The Service must deliver the complete range of SRS/SRT treatments including paediatric oncology indications (Table 1.2) and participate in the full range of specialist neurosurgical MDTs and generate a minimum annual activity volume of: (i) 100 SRS/SRT Tier 1 and Tier 2 cases; plus (ii) circa 200 Tier 3 and Tier 4 (combined) cases.
SRS/SRT are methods of delivering doses of precisely targeted intracranial radiotherapy treatment and used for a wide range of malignant and benign intracranial conditions, as set-out within NHS England clinical commissioning policy. This comprises Tier 1-2 indications of cerebral metastases, non-skull base meningiomas, skull base tumours including Vestibular Schwannoma and meningioma, pituitary adenoma, and the Tier 3-4 indications including arteriovenous malformations, trigeminal neuralgia and paediatric CNS tumours. The prevalence of these conditions varies from less than one per 100,000 population to up to 30 per 100,000.
This tiered service model is based on clinical indication prevalence and complexity and groups together more common, less complex conditions (called Tier 1&2) and less common and more complex conditions (called Tier 3&4).
The two service specifications, cover:
(i) Tier 1 & 2 indications for adults; and
(ii) All tiers, all ages and all conditions as this better reflects service provision and pathways.
This procurement is focused on the ALL Tiers, all ages Service Specification ONLY.
The Lots will cover the whole of England based on the following Geographies:
1. Lot 1: North England and North West England
2. Lot 2: South Yorkshire and Midlands
3. Lot 3: Greater London, East of England and South England
4. Lot 4: South West of England
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,725,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
30 September 2031
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Bidders will be required to adhere to the recommendations detailed in the NPSA report ‘Towards Safety in Radiotherapy’ and will be required to meet the Pre-Assessment Radiotherapy Quality Assurance Requirements by June 2024 at the latest.
Bidders will be required to complete external Radiotherapy Quality Assurance (RTTQA) prior to contract award.
On completion of the procurement process, NHS England will complete a Market Engagement exercise scheduled, to follow the outcome from this procurement process for the remaining Tier 1 & Tier 2 services which will be open to all bidders.
The duration of this contract will be for a period of 5 years with the Commissioner having the option to extend the Contract for up to a further two years. Providers wishing to be considered for the delivery of these services will need to respond to the provider selection documentation and submit responses prior to the deadline stated in this notice. The ITT documentation including a questionnaire is available through the Atamis (Health Family) portal:
https://health-family.force.com/s/Welcome
(https://health-family.force.com/s/Welcome)
The reference is C220364 and the closing date for completed ITT responses is 12:00pm, midday on Friday 23rd February 2024. There will also be an opportunity to attend a market engagement event via Microsoft Teams at 13:00pm on Thursday 25th January 2024. If you would like to participate in this event, please email:
josselin.canevet@nhs.net
by Wednesday 24th January 2024. All slides and questions and responses will be made available to all bidders following the event.
two.2) Description
two.2.1) Title
Lot 2 South Yorkshire and Midlands
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The objective of this procurement is to commission four Lots All Tiers Stereotactic Radiosurgery / Radiotherapy (SRS /SRT) Services – (Intracranial) all ages, including paediatric oncology services covering England. The eligibility criteria, lotting structure and scope of services are detailed in this document. Bidders must be located within the Lot geography for which they are bidding. Bidders are only required to deliver the Tier 1 and 2 services within the geographical catchment area served by the neurosurgical service in which they are based and not for the whole Lot geography.
On completion of the procurement process, NHS England will complete a Market Engagement exercise scheduled, to follow the outcome from this procurement process for the remaining Tier 1 & Tier 2 services which will be open to all bidders.
In order to be eligible, bidders must ensure that:
a) The Service is delivered as part of an integrated neurosurgical and oncology service located within the same geographical area or city serving a population of at least 2 million in order to generate 100 SRS/SRT Tier 1&2 cases per year.
b) The Service is delivered as part of an integrated paediatric neurosurgical and oncology service, commissioned to provide Paediatric Photon Radiotherapy located within the same geographical area or city to a Children’s Cancer Principal Treatment Centre (PTC)
c) The neurosurgical centre must host the full range of specialist intracranial Multi-disciplinary Teams (MDT) for all clinical indications for adult and paediatric intracranial tumours, namely, combined Neurosciences Brain and Central Nervous System (CNS) MDT, and / or the individual neuro-oncology MDTs, skull base MDT, and pituitary MDT, neuro-vascular MDT and Paediatric oncology MDTs as listed in Table 1.2.
d) The Service must deliver the complete range of SRS/SRT treatments including paediatric oncology indications (Table 1.2) and participate in the full range of specialist neurosurgical MDTs and generate a minimum annual activity volume of: (i) 100 SRS/SRT Tier 1 and Tier 2 cases; plus (ii) circa 200 Tier 3 and Tier 4 (combined) cases.
SRS/SRT are methods of delivering doses of precisely targeted intracranial radiotherapy treatment and used for a wide range of malignant and benign intracranial conditions, as set-out within NHS England clinical commissioning policy. This comprises Tier 1-2 indications of cerebral metastases, non-skull base meningiomas, skull base tumours including Vestibular Schwannoma and meningioma, pituitary adenoma, and the Tier 3-4 indications including arteriovenous malformations, trigeminal neuralgia and paediatric CNS tumours. The prevalence of these conditions varies from less than one per 100,000 population to up to 30 per 100,000.
This tiered service model is based on clinical indication prevalence and complexity and groups together more common, less complex conditions (called Tier 1&2) and less common and more complex conditions (called Tier 3&4).
The two service specifications, cover:
(i) Tier 1 & 2 indications for adults; and
(ii) All tiers, all ages and all conditions as this better reflects service provision and pathways.
This procurement is focused on the ALL Tiers, all ages Service Specification ONLY.
The Lots will cover the whole of England based on the following Geographies:
1. Lot 1: North England and North West England
2. Lot 2: South Yorkshire and Midlands
3. Lot 3: Greater London, East of England and South England
4. Lot 4: South West of England
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £23,041,600
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
30 September 2031
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Bidders will be required to adhere to the recommendations detailed in the NPSA report ‘Towards Safety in Radiotherapy’ and will be required to meet the Pre-Assessment Radiotherapy Quality Assurance Requirements by June 2024 at the latest.
Bidders will be required to complete external Radiotherapy Quality Assurance (RTTQA) prior to contract award.
On completion of the procurement process, NHS England will complete a Market Engagement exercise scheduled, to follow the outcome from this procurement process for the remaining Tier 1 & Tier 2 services which will be open to all bidders.
The duration of this contract will be for a period of 5 years with the Commissioner having the option to extend the Contract for up to a further two years. Providers wishing to be considered for the delivery of these services will need to respond to the provider selection documentation and submit responses prior to the deadline stated in this notice. The ITT documentation including a questionnaire is available through the Atamis (Health Family) portal:
https://health-family.force.com/s/Welcome
(https://health-family.force.com/s/Welcome)
The reference is C220364 and the closing date for completed ITT responses is 12:00pm, midday on Friday 23rd February 2024. There will also be an opportunity to attend a market engagement event via Microsoft Teams at 13:00pm on Thursday25th January 2024. If you would like to participate in this event, please email:
josselin.canevet@nhs.net
by Wednesday 24th January 2024. All slides and questions and responses will be made available to all bidders following the event.
two.2) Description
two.2.1) Title
Lot 3 Greater London, East of England and South England
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The objective of this procurement is to commission four Lots All Tiers Stereotactic Radiosurgery / Radiotherapy (SRS /SRT) Services – (Intracranial) all ages, including paediatric oncology services covering England. The eligibility criteria, lotting structure and scope of services are detailed in this document. Bidders must be located within the Lot geography for which they are bidding. Bidders are only required to deliver the Tier 1 and 2 services within the geographical catchment area served by the neurosurgical service in which they are based and not for the whole Lot geography.
On completion of the procurement process, NHS England will complete a Market Engagement exercise scheduled, to follow the outcome from this procurement process for the remaining Tier 1 & Tier 2 services which will be open to all bidders.
In order to be eligible, bidders must ensure that:
a) The Service is delivered as part of an integrated neurosurgical and oncology service located within the same geographical area or city serving a population of at least 2 million in order to generate 100 SRS/SRT Tier 1&2 cases per year.
b) The Service is delivered as part of an integrated paediatric neurosurgical and oncology service, commissioned to provide Paediatric Photon Radiotherapy located within the same geographical area or city to a Children’s Cancer Principal Treatment Centre (PTC)
c) The neurosurgical centre must host the full range of specialist intracranial Multi-disciplinary Teams (MDT) for all clinical indications for adult and paediatric intracranial tumours, namely, combined Neurosciences Brain and Central Nervous System (CNS) MDT, and / or the individual neuro-oncology MDTs, skull base MDT, and pituitary MDT, neuro-vascular MDT and Paediatric oncology MDTs as listed in Table 1.2.
d) The Service must deliver the complete range of SRS/SRT treatments including paediatric oncology indications (Table 1.2) and participate in the full range of specialist neurosurgical MDTs and generate a minimum annual activity volume of: (i) 100 SRS/SRT Tier 1 and Tier 2 cases; plus (ii) circa 200 Tier 3 and Tier 4 (combined) cases.
SRS/SRT are methods of delivering doses of precisely targeted intracranial radiotherapy treatment and used for a wide range of malignant and benign intracranial conditions, as set-out within NHS England clinical commissioning policy. This comprises Tier 1-2 indications of cerebral metastases, non-skull base meningiomas, skull base tumours including Vestibular Schwannoma and meningioma, pituitary adenoma, and the Tier 3-4 indications including arteriovenous malformations, trigeminal neuralgia and paediatric CNS tumours. The prevalence of these conditions varies from less than one per 100,000 population to up to 30 per 100,000.
This tiered service model is based on clinical indication prevalence and complexity and groups together more common, less complex conditions (called Tier 1&2) and less common and more complex conditions (called Tier 3&4).
The two service specifications, cover:
(i) Tier 1 & 2 indications for adults; and
(ii) All tiers, all ages and all conditions as this better reflects service provision and pathways.
This procurement is focused on the ALL Tiers, all ages Service Specification ONLY.
The Lots will cover the whole of England based on the following Geographies:
1. Lot 1: North England and North West England
2. Lot 2: South Yorkshire and Midlands
3. Lot 3: Greater London, East of England and South England
4. Lot 4: South West of England
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £24,818,400
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
30 September 2031
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Bidders will be required to adhere to the recommendations detailed in the NPSA report ‘Towards Safety in Radiotherapy’ and will be required to meet the Pre-Assessment Radiotherapy Quality Assurance Requirements by June 2024 at the latest.
Bidders will be required to complete external Radiotherapy Quality Assurance (RTTQA) prior to contract award.
On completion of the procurement process, NHS England will complete a Market Engagement exercise scheduled, to follow the outcome from this procurement process for the remaining Tier 1 & Tier 2 services which will be open to all bidders.
The duration of this contract will be for a period of 5 years with the Commissioner having the option to extend the Contract for up to a further two years. Providers wishing to be considered for the delivery of these services will need to respond to the provider selection documentation and submit responses prior to the deadline stated in this notice. The ITT documentation including a questionnaire is available through the Atamis (Health Family) portal:
https://health-family.force.com/s/Welcome
(https://health-family.force.com/s/Welcome)
The reference is C220364 and the closing date for completed ITT responses is 12:00pm, midday on Friday 23rd February 2024. There will also be an opportunity to attend a market engagement event via Microsoft Teams at 13:00pm on Thursday 25th January 2024. If you would like to participate in this event, please email:
josselin.canevet@nhs.net
by Wednesday 24th January 2024. All slides and questions and responses will be made available to all bidders following the event.
two.2) Description
two.2.1) Title
Lot 4 South West of England
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The objective of this procurement is to commission four Lots All Tiers Stereotactic Radiosurgery / Radiotherapy (SRS /SRT) Services – (Intracranial) all ages, including paediatric oncology services covering England. The eligibility criteria, lotting structure and scope of services are detailed in this document. Bidders must be located within the Lot geography for which they are bidding. Bidders are only required to deliver the Tier 1 and 2 services within the geographical catchment area served by the neurosurgical service in which they are based and not for the whole Lot geography.
On completion of the procurement process, NHS England will complete a Market Engagement exercise scheduled, to follow the outcome from this procurement process for the remaining Tier 1 & Tier 2 services which will be open to all bidders.
In order to be eligible, bidders must ensure that:
a) The Service is delivered as part of an integrated neurosurgical and oncology service located within the same geographical area or city serving a population of at least 2 million in order to generate 100 SRS/SRT Tier 1&2 cases per year.
b) The Service is delivered as part of an integrated paediatric neurosurgical and oncology service, commissioned to provide Paediatric Photon Radiotherapy located within the same geographical area or city to a Children’s Cancer Principal Treatment Centre (PTC)
c) The neurosurgical centre must host the full range of specialist intracranial Multi-disciplinary Teams (MDT) for all clinical indications for adult and paediatric intracranial tumours, namely, combined Neurosciences Brain and Central Nervous System (CNS) MDT, and / or the individual neuro-oncology MDTs, skull base MDT, and pituitary MDT, neuro-vascular MDT and Paediatric oncology MDTs as listed in Table 1.2.
d) The Service must deliver the complete range of SRS/SRT treatments including paediatric oncology indications (Table 1.2) and participate in the full range of specialist neurosurgical MDTs and generate a minimum annual activity volume of: (i) 100 SRS/SRT Tier 1 and Tier 2 cases; plus (ii) circa 200 Tier 3 and Tier 4 (combined) cases.
SRS/SRT are methods of delivering doses of precisely targeted intracranial radiotherapy treatment and used for a wide range of malignant and benign intracranial conditions, as set-out within NHS England clinical commissioning policy. This comprises Tier 1-2 indications of cerebral metastases, non-skull base meningiomas, skull base tumours including Vestibular Schwannoma and meningioma, pituitary adenoma, and the Tier 3-4 indications including arteriovenous malformations, trigeminal neuralgia and paediatric CNS tumours. The prevalence of these conditions varies from less than one per 100,000 population to up to 30 per 100,000.
This tiered service model is based on clinical indication prevalence and complexity and groups together more common, less complex conditions (called Tier 1&2) and less common and more complex conditions (called Tier 3&4).
The two service specifications, cover:
(i) Tier 1 & 2 indications for adults; and
(ii) All tiers, all ages and all conditions as this better reflects service provision and pathways.
This procurement is focused on the ALL Tiers, all ages Service Specification ONLY.
The Lots will cover the whole of England based on the following Geographies:
1. Lot 1: North England and North West England
2. Lot 2: South Yorkshire and Midlands
3. Lot 3: Greater London, East of England and South England
4. Lot 4: South West of England
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £14,940,400
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
30 September 2031
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Bidders will be required to adhere to the recommendations detailed in the NPSA report ‘Towards Safety in Radiotherapy’ and will be required to meet the Pre-Assessment Radiotherapy Quality Assurance Requirements by June 2024 at the latest.
Bidders will be required to complete external Radiotherapy Quality Assurance (RTTQA) prior to contract award.
On completion of the procurement process, NHS England will complete a Market Engagement exercise scheduled, to follow the outcome from this procurement process for the remaining Tier 1 & Tier 2 services which will be open to all bidders.
The duration of this contract will be for a period of 5 years with the Commissioner having the option to extend the Contract for up to a further two years. Providers wishing to be considered for the delivery of these services will need to respond to the provider selection documentation and submit responses prior to the deadline stated in this notice. The ITT documentation including a questionnaire is available through the Atamis (Health Family) portal:
https://health-family.force.com/s/Welcome
(https://health-family.force.com/s/Welcome)
The reference is C220364 and the closing date for completed ITT responses is 12:00pm, midday on Friday 9th 23rd February 2024. There will also be an opportunity to attend a market engagement event via Microsoft Teams at 13:00pm on Thursday 25th January 2024. If you would like to participate in this event, please email:
josselin.canevet@nhs.net
by Wednesday 24th January 2024. All slides and questions and responses will be made available to all bidders following the event.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 February 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 23 February 2024
four.2.7) Conditions for opening of tenders
Date
23 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom
Internet address
https://www.ardengemcsu.nhs.uk/
six.4.2) Body responsible for mediation procedures
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom
Internet address
https://www.ardengemcsu.nhs.uk/
six.4.4) Service from which information about the review procedure may be obtained
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom