Tender

Total Pharmaceutical Gas Solutions Framework

  • Guy's and St Thomas' NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-001934

Procurement identifier (OCID): ocds-h6vhtk-042e8b

Published 19 January 2024, 2:18pm



The closing date and time has been changed to:

12 April 2024, 12:00pm

See the change notice.

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

Email

Jas.Khambh@lpp.nhs.uk

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

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/