Tender

GSTT SE London Theatre Capacity for Complex Surgery Framework

  • Guy's and St Thomas' NHS Foundation Trust

F02: Contract notice

Notice identifier: 2022/S 000-023350

Procurement identifier (OCID): ocds-h6vhtk-0361b5

Published 22 August 2022, 4:39pm



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

Email

paul.mowat@gstt.nhs.uk

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

Email

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

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals