Section one: Contracting authority
one.1) Name and addresses
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
Contact
Tom Plator
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.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
Targeted Health Lung Check Outsourced Services
Reference number
ST24-P021
two.1.2) Main CPV code
- 85121200 - Medical specialist services
two.1.3) Type of contract
Services
two.1.4) Short description
You are invited to submit a tender for the Authority’s requirement for Targeted Lung Health Check services.
The Targeted Lung Health Check service is divided into three service components:
• Service Component 1 - Conducting Lung Health Checks, communicating results, managing all patient reminders for the incident round, and scheduling follow-up appointments.
• Service Component 2 - Managing scanner schedules, including radiographers, assistants, nurses, and HCAs for the unit. This also includes IMER checks, CT scans, PACS storage, and sharing data with all providers.
• Service Component 3 - Handling all CT radiology reporting, transferring CT reports to all providers, and managing PACS storage. Focusing on ongoing quality and service improvement, particularly in quality assurance and data management, with a commitment to monitoring and reporting an exemplary service with continuous development.
The service delivery strategy involves delivering Service Component 2 in-house, while Service Components 1 and 3 will be put out to tender in two separate Lots. Potential bidders will be invited to tender for one or both Lots, allowing the Trust to determine the package that will deliver the best value for money.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
two.2.4) Description of the procurement
You are invited to submit a tender for the Authority’s requirement for Targeted Lung Health Check services.
The Targeted Lung Health Check service is divided into three service components:
• Service Component 1 - Conducting Lung Health Checks, communicating results, managing all patient reminders for the incident round, and scheduling follow-up appointments.
• Service Component 2 - Managing scanner schedules, including radiographers, assistants, nurses, and HCAs for the unit. This also includes IMER checks, CT scans, PACS storage, and sharing data with all providers.
• Service Component 3 - Handling all CT radiology reporting, transferring CT reports to all providers, and managing PACS storage. Focusing on ongoing quality and service improvement, particularly in quality assurance and data management, with a commitment to monitoring and reporting an exemplary service with continuous development.
The service delivery strategy involves delivering Service Component 2 in-house, while Service Components 1 and 3 will be put out to tender in two separate Lots. Potential bidders will be invited to tender for one or both Lots, allowing the Trust to determine the package that will deliver the best value for money.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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 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
14 August 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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 August 2024
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
High Court
The Strand
London
WC2A 2LL UK
Country
United Kingdom