Section one: Contracting authority
one.1) Name and addresses
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
Contact
Paul Mowat
Country
United Kingdom
Region code
UKI32 - Westminster
National registration number
Guy's and St Thomas' NHS Foundation Trust
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
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
GSTT SE London Theatre Capacity for Complex Surgery Framework
Reference number
C100153
two.1.2) Main CPV code
- 85121300 - Surgical specialist services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Theatre Capacity to enable the Contracting Authority and other named NHS Contracting Authorities in South London to undertake complex elective activity at the appointed Service Provider’s facilities. The service model is a “Mixed Model” in which the Contracting Authority will generally provide the surgeon and anaesthetist (within NHS contracted time) and the Service Provider(s) will provide the rest of the pathway, from admission to discharge.
two.1.5) Estimated total value
Value excluding VAT: £49,000,000
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 7 - PAEDIATRIC: SPINAL Surgery
Lot No
7
two.2.2) Additional CPV code(s)
- 85121291 - Paediatric services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
UKI London
two.2.4) Description of the procurement
Complex surgical procedures for PAEDIATRIC: Spinal Surgery. There will be a maximum of two providers for the Lot. For the Lot the highest scoring bidder will be nominated as the “First Call” Service Provider. In the event that the “First Call” Service Provider is unable to meet a booking request, the "Second Call" Service Provider for the Lot will be asked to meet the request. No guaranteed minimum volume for the First Call or Second Call Service Provider.
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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months in 12 month intervals.
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 1 - ADULT: Cardiovascular
Lot No
1
two.2.2) Additional CPV code(s)
- 85121231 - Cardiology services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
UKI LONDON
two.2.4) Description of the procurement
Complex surgical procedures for Cardiology Specialties: Thoracic, Interventional Radiology, TAVI, Cardiac Surgery. There will be a maximum of two providers for the Lot. For the Lot the highest scoring bidder will be nominated as the “First Call” Service Provider. In the event that the “First Call” Service Provider is unable to meet a booking request, the "Second Call" Service Provider for the Lot will be asked to meet the request. No guaranteed minimum volume for the First Call or Second Call Service Provider.
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: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months in 12 month intervals.
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 - ADULT: GI/General Surgery
Lot No
2
two.2.2) Additional CPV code(s)
- 85121300 - Surgical specialist services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
UKI - London
two.2.4) Description of the procurement
Complex surgical procedures for GI/General Surgery: Colorectal, Liver – HPB, Upper GI, Lower GI, General Surgery. There will be a maximum of two providers for the Lot. For the Lot the highest scoring bidder will be nominated as the “First Call” Service Provider. In the event that the “First Call” Service Provider is unable to meet a booking request, the "Second Call" Service Provider for the Lot will be asked to meet the request. No guaranteed minimum volume for the First Call or Second Call Service Provider.
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: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months in 12 month intervals.
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 - ADULT: ENT Surgery
Lot No
3
two.2.2) Additional CPV code(s)
- 85121300 - Surgical specialist services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
UKI London
two.2.4) Description of the procurement
Complex surgical procedures for ENT. There will be a maximum of two providers for the Lot. For the Lot the highest scoring bidder will be nominated as the “First Call” Service Provider. In the event that the “First Call” Service Provider is unable to meet a booking request, the "Second Call" Service Provider for the Lot will be asked to meet the request. No guaranteed minimum volume for the First Call or Second Call Service Provider.
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: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months in 12 month intervals.
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 - ADULT: Complex Cancer Surgery
Lot No
4
two.2.2) Additional CPV code(s)
- 85121300 - Surgical specialist services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
UKI London
two.2.4) Description of the procurement
Complex surgical procedures for Cancer Surgery: Urology, Gynae-Oncology, Plastics, Head & Neck, Breast Surgery. There will be a maximum of two providers for the Lot. For the Lot the highest scoring bidder will be nominated as the “First Call” Service Provider. In the event that the “First Call” Service Provider is unable to meet a booking request, the "Second Call" Service Provider for the Lot will be asked to meet the request. No guaranteed minimum volume for the First Call or Second Call Service Provider.
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: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months in 12 month intervals.
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 5 - PAEDIATRIC: Urological Surgery
Lot No
5
two.2.2) Additional CPV code(s)
- 85121290 - Paediatric or urologist services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
UKI London
two.2.4) Description of the procurement
Complex surgical procedures for PAEDIATRIC: Urological Surgery. There will be a maximum of two providers for the Lot. For the Lot the highest scoring bidder will be nominated as the “First Call” Service Provider. In the event that the “First Call” Service Provider is unable to meet a booking request, the "Second Call" Service Provider for the Lot will be asked to meet the request. No guaranteed minimum volume for the First Call or Second Call Service Provider.
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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months in 12 month intervals.
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 6 - PAEDIATRIC: ENT Surgery
Lot No
6
two.2.2) Additional CPV code(s)
- 85121291 - Paediatric services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
UKI London
two.2.4) Description of the procurement
Complex surgical procedures for PAEDIATRIC: ENT/Cochlear Surgery. There will be a maximum of two providers for the Lot. For the Lot the highest scoring bidder will be nominated as the “First Call” Service Provider. In the event that the “First Call” Service Provider is unable to meet a booking request, the "Second Call" Service Provider for the Lot will be asked to meet the request. No guaranteed minimum volume for the First Call or Second Call Service Provider.
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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months in 12 month intervals.
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 8 - PAEDIATRIC: CLEFT Surgery
Lot No
8
two.2.2) Additional CPV code(s)
- 85121291 - Paediatric services
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
London
two.2.4) Description of the procurement
Complex surgical procedures for PAEDIATRIC: Cleft Surgery. There will be a maximum of two providers for the Lot. For the Lot the highest scoring bidder will be nominated as the “First Call” Service Provider. In the event that the “First Call” Service Provider is unable to meet a booking request, the "Second Call" Service Provider for the Lot will be asked to meet the request. No guaranteed minimum volume for the First Call or Second Call Service Provider.
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: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 24 months in 12 month intervals.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
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
Envisaged maximum number of participants to the framework agreement: 16
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
16 September 2022
Local time
5:30pm
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
19 August 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026/27
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The framework agreement is not suitable for "insourcing" Service Providers as Service Providers are required under the framework agreement to provide their own facilities to undertake complex surgical activity.
Service Providers must be able to provide theatre facilities suitable to undertake complex surgical activity and facilities must be within 1.5 hours travelling by car or public transport, as further detailed in the contract documents.
Required Theatre Capacity will be booked on a rolling monthly basis through a central booking team hosted by Guy's and St Thomas' NHS Foundation Trust. The booking team will co-ordinate all booking requests by the Contracting Authority and other named NHS Contracting Authorities in South London. All contracts, purchase orders and invoicing will be between Guy's and St Thomas' NHS Foundation Trust (including and on behalf of the other named NHS Contracting Authorities in South London) and appointed Service Providers.
For more information about this opportunity, please visit https://atamis-1928.lightning.force.com/lightning/r/ProSpend__Proc_Contract__c/a078d000000udLQAAY/view
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/courts-tribunals
six.4.4) Service from which information about the review procedure may be obtained
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom