Section one: Contracting authority
one.1) Name and addresses
University Hospitals Plymouth
Derriford Road
Plymouth
PL6 8DH
Contact
Chris Rapson
Telephone
+44 1752432057
Country
United Kingdom
Region code
UKK41 - Plymouth
Internet address(es)
Main address
https://www.plymouthhospitals.nhs.uk/
Buyer's address
https://www.plymouthhospitals.nhs.uk/
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 a Renal Dialysis Managed and Clinical Services for University Hospitals Plymouth NHS Trust
Reference number
T25/02/01
two.1.2) Main CPV code
- 85111900 - Hospital dialysis services
two.1.3) Type of contract
Services
two.1.4) Short description
University Hospitals NHS Trust are looking for a supplier to provide a full range of renal dialysis and nephrology services for patients within Devon and East Cornwall.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 33692800 - Dialysis solutions
- 33141324 - Dialysis needles
- 33181000 - Renal support devices
- 45215100 - Construction work for buildings relating to health
two.2.3) Place of performance
NUTS codes
- UKK4 - Devon
Main site or place of performance
Plymouth
two.2.4) Description of the procurement
The Services within this tender comprise of both the provision of nurse assisted haemodialysis services for both chronic and acute patients under the clinical management of the Consultant Nephologist and the provision of Managed Healthcare facilities. This Managed Healthcare Facility will include the provision of new equipment, technology, maintenance and services as well as supply of consumables related to the patient treatment. The Trust currently operates out of a main dialysis hub in Estover, Plymouth as well providing dialysis within the inpatient facility at Derriford hospital and running two small satellite units at Saltash and Kingsbridge. The Trust also currently provides dialysis services at Holsworthy in partnership with a private provider which is in scope of this procurement.
The Trust’s objective is to secure the provision of high quality, comprehensive and integrated care and treatment for chronic and acute patients who require maintenance dialysis treatment with haemodialysis or peritoneal dialysis. The successful supplier will support the Trust in increasing the dialysis capacity within the region, helping to identify potential new facilities in East Cornwall, Plymouth and North Devon and providing capital, expertise and operational support to mobilise these facilities in future years, including being responsible for any refurbishment and/or fit-out of the relevant facilities.
The Contract to be offered to the successful Supplier at the end of this Procurement will be for an initial duration of 7 years, which is intended to run from 01 September 2025 until 31 August 2032 with the possibility of one extension of seven (7) years to allow equipment refresh as required.
Additional information: To download the tender documentation, please login and register at Atamis on the below link
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: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
168
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Initially, expressions of interest are invited from the open market for all candidates to apply and return a selection questionnaire. As part of the competitive negotiated procedure used for this procurement, the Trust will establish a shortlist of potential suppliers using the published evaluation criteria within the tender documents, who will be invited to take part in the competitive negotiation process. Following a period of negotiation, the Trust will formally close the negotiation period and call for final tenders.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract is for a period of 7 years, with the Trust having the option to extend for
a further period(s) of up to 7 years if required.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in selection questionnaire.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The selected service provider will be required to actively participate in the achievement of social and policy objectives, including in relation to recruitment and training and sustainability initiatives. Accordingly, the contract will contain performance conditions relating to social and environmental considerations.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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
24 March 2025
Local time
5:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 April 2025
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)
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
High Court
The Strand
London
WC2A 2LL UK
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As set out under Public Contracts Regulations 2015
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom