Tender

Provision of a Renal Dialysis Managed and Clinical Services for University Hospitals Plymouth NHS Trust

  • University Hospitals Plymouth

F02: Contract notice

Notice identifier: 2025/S 000-006603

Procurement identifier (OCID): ocds-h6vhtk-04e616

Published 21 February 2025, 11:12am



Section one: Contracting authority

one.1) Name and addresses

University Hospitals Plymouth

Derriford Road

Plymouth

PL6 8DH

Contact

Chris Rapson

Email

chris.rapson@nhs.net

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

Internet address

https://www.gov.uk/government/organisations/cabinet-office