Section one: Contracting authority
one.1) Name and addresses
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
Contact
Jas Khambh
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
https://www.guysandstthomas.nhs.uk
Buyer's address
https://www.guysandstthomas.nhs.uk
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Total Pharmaceutical Gas Solutions Framework
Reference number
LPP/2022/002
two.1.2) Main CPV code
- 24111500 - Medical gases
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS London Procurement Partnership (NHS LPP) is procuring a framework for the supply of medical gases and associated items/services. The framework is to operate across the UK and will be open to all UK public sector bodies to access via a signed access agreement. For a full list of Participating Authorities refer to document Appendix A9 in the tender pack.
The framework is a collaborative procurement with four NHS procurement hubs (known as NHS Procurement in Partnership (NHS PiP)). The procurement hubs are listed below in alphabetical order:
1. East of England NHS Collaborative Procurement hub
2. NHS Commercial Solutions
3. NHS London Procurement Partnership
4. North of England NHS Commercial Procurement Collaborative
The proposed procurement will deliver a National Framework Agreement over a 4 year period. This will be delivered through four Lots which are:
• the provision of liquid medical oxygen
• medical gas cylinders with associated tracking
• nitric oxide therapy
• national ambulance service medical gas cylinders
The Framework will run for a 4 year term.
two.1.5) Estimated total value
Value excluding VAT: £431,000,000
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 - Bulk Medical Liquid Oxygen
Lot No
1
two.2.2) Additional CPV code(s)
- 24111500 - Medical gases
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 is for the supply of Medical Liquid Oxygen, storage equipment and any other ancillaries and associated Goods in accordance with all statutory regulations. 2.1 The general service requirements will include the supply and installation of the Vacuum Insulated Evaporator (VIE), all associated equipment including but not limited to vaporising sets, telemetry and back-up facility, rental, depreciation and maintenance of the VIE/s and back-up/s; in addition to the supply of liquid oxygen.
Call-off contracts can only be awarded after a Further Competition exercise for Lot 1
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: £140,154,274
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2024
End date
30 June 2028
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) Description
two.2.1) Title
Lot 2 - Medical Gas cylinders and associated cylinder tracking
Lot No
2
two.2.2) Additional CPV code(s)
- 24111500 - Medical gases
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 requires supplier to provide a specified selection of medical gases in appropriate cylinders to Participating Authorities; with associated services. E.g., delivery, collection, maintenance, tracking and audit.
Call-off contracts can be awarded via Direct Award or Further Competition procedures for Lot 2
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: £181,249,585
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2024
End date
30 June 2028
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) Description
two.2.1) Title
Lot 3 - Nitric Oxide Therapy
Lot No
3
two.2.2) Additional CPV code(s)
- 24111500 - Medical gases
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 involves the supply of the gas required in appropriate cylinders together with the equipment required to deliver the Nitric Oxide therapy to participating authorities with associated services, EG, delivery, collection, maintenance, tracking and audit
Call-off contracts can be awarded via Direct Award or Further Competition procedures for Lot 3
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: £45,398,521
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2024
End date
30 June 2028
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) Description
two.2.1) Title
Lot 4 - Ambulance Medical Gas Cylinders an associated cylinder tracking
Lot No
4
two.2.2) Additional CPV code(s)
- 24111500 - Medical gases
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 4 involves the supply of medical gas cylinders to several specified sites within the United Kingdom Ambulance Trusts and other organisations named as participants.
Call-off contracts can be awarded via Direct Award or Further Competition procedures for Lot 4
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: £64,197,621
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2024
End date
30 June 2028
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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
Originally published as:
Date
23 February 2024
Local time
12:00pm
Changed to:
Date
12 April 2024
Local time
12:00pm
See the change notice.
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 February 2024
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
ACCESSING THE OPPORTUNITY
NHS LPP is running this procurement via the Atamis e-commercial tendering portal. As such, interested bidders will need to register on the portal to access and submit the tender documents. It is strongly recommended that suppliers register with a generic shared email which can be passed to a new user if the original contact leaves your organisation. The Atamis user who submits the bid needs to remain active over the whole term of the framework as NHS LPP will send important framework management communications using the Atamis system. If a specific supplier account becomes inactive, it is the responsibility of the supplier to inform NHS LPP and to provide a new Atamis contact to continue management opportunities. You can register for an Atamis account here:
https://health-family.force.com/s/Welcome
Should you have any queries or issues registering on the portal you should contact the Atamis help desk using the contacts below:
email: Support-health@Atamis.co.uk
telephone: 0800 9956035
Bidders can view the Atamis Supplier Management guide by clicking on the link below:
https://services.atamis.co.uk/docs/Supplier_User_Guide.pdf
To access the tender once registered:
1. Log in to the supplier portal account
2. Use the "Find Opportunities" section and search for C225989
3. Click the button to register interest and to access the tender pack.
4. The tender questions are to be completed electronically via the Atamis requirement sections. Where indicated suppliers can attach support evidence to specific questions.
It is the responsibility of the Bidder to keep their Atamis account updated and checked regularly to manage procurement communications. NHS LPP accept no responsibility for any failure during the Tendering process or subsequent call-off contract awards resulting from outdated account details.
RIGHT TO CANCEL
The Contracting Authority reserved the right to cancel the tender process at any point and would not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.
PROCUREMENT TRANSPARENCY
The government is committed to greater transparency across its operations to enable the public to hold public bodies and politicians to account. This includes commitments relating to public procurement. These measures include:
● Requirements in the PCRs 2015 to publish advertised opportunities and contract awards above certain low thresholds- £10,000 in Central Government- on Contracts Finder.
● Policy commitments to publish all central government contracts over the value of £10,000 to be published in full online.
● Items of central government spending over £25,000 to be published online.
● Adoption of the Government’s Transparency Principles.
Suppliers and those organisations looking to bid for public sector contracts should be aware that if they are awarded a new government contract, the resulting contract between the supplier and government will be published. In some circumstances, limited redactions will be made to some contracts before they are published in order to comply with existing law and for the protection of national security
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom