Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Commercial Branch
C Block, HQ BFC
BFPO 53
UKStratCom-Comrcl-BFC@mod.gov.uk
Country
Cyprus
Region code
CY - Cyprus
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
709631450 - Provision of Secondary Healthcare to British Forces Cyprus & Sovereign Base Area
Reference number
709631450
two.1.2) Main CPV code
- 85110000 - Hospital and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of (or access to) effective, safe and efficient Secondary Healthcare services (SHC) to the entitled and eligible population (this is inclusive of military personnel, civil servants, certain contractors and dependants) within the Republic of Cyprus. The SHC service shall be available 365 days a year and 24 hours a day.
This requirement has been split into lots:
- Lot 1: Clinical Services - Adult Elective - £77,464,170
- Lot 2: Clinical Services - Paediatrics Elective - £16,922,820
- Lot 3: Clinical Services - Unscheduled Patients (Adults & Paediatrics) - £23,822,560
- Lot 4: Clinical Services - Mental Healthcare - £1,516,930
A Tender conference has been scheduled for Tuesday 5th of November. Suppliers wishing to attend should register their interest as soon as possible, but no later than Monday 28th of October
Cyber risk for this requirement is set at 'HIGH' and suppliers must ensure they review cyber requirements associated with this in the tender documents.
Tender documents can be accessed in full via the MOD eSourcing portal www.contracts.mod.uk
two.1.5) Estimated total value
Value excluding VAT: £119,726,480
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Supplier can bid for all 4 lots or individual lots, the Authority reserves the right to award contracts with any combination of lots.
Suppliers must submit a tender in respect of each lot.
Each tender must operate as a standalone tender and not be dependent on any other lot submissions.
two.2) Description
two.2.1) Title
Lot 1: Clinical Services - Adult Elective
Lot No
1
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
two.2.3) Place of performance
NUTS codes
- CY - Cyprus
Main site or place of performance
Republic of Cyprus
two.2.4) Description of the procurement
Adult Clinical Services to include:
Orthopaedics
Clinical Radiology
Interventional Radiology
Dental Radiology
Walk in Referrals (non-ED & X-Rays)
Screening and earlier diagnosis
Digital Image Transfer
Oral and Maxillofacial Surgery
Max Fax (Dental)
Vascular Surgery
Dermatology
Rheumatology
Adult Critical Care
Cardiology
Cardiothoracic Surgery
Neurology
Neurosurgery
Ear, Nose and Throat
General Surgery
Urology
Ophthalmology
Essential Laboratory (ESL)
Endocrinology and Diabetes
Obstetrics and Gynaecology
Rehabilitation and Physiotherapy
Anaesthesia
Maternity
Infection Prevention and Control
General Medicine
Safeguarding Team
Nursing
Occupational Medicine
Transfusion Medicine
Burns and Plastics
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: £77,464,170
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
On exit/termination of contract
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract is for a maximum of 10 years
Core Contract: 4 Years - 01/04/2026 - 31/03/2030
Option Period 1: 3 Years - 01/04/2030 - 31/03/2033
Option Period 2: 3 Years - 01/04/2033 - 31/03/2036
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: Clinical Services - Paediatrics Elective
Lot No
2
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
two.2.3) Place of performance
NUTS codes
- CY - Cyprus
Main site or place of performance
Republic of Cyprus
two.2.4) Description of the procurement
Paediatric Clinical Services to include:
Generic Paediatric and Neonatal requirements
Anaesthetics
Burns and Plastics
Child and Adolescence Mental Health services
Cardiology adolescent
Clinical care
Dermatology
Endocrinology and Diabetes
Ear, Nose and Throat
Gastroenterology, Hepatology, and Nutrition
General Medicine
General Paediatric Surgery
Immunology and Allergy
Max Fax and Dental
Renal
Respiratory
Rheumatology
Ophthalmology
Neurosurgery
Oncology
Orthopaedics
Neonatology
Neurology
Infection Prevention and Control
Essential Services Laboratories
Paediatric Nursing
Safeguarding
Child Protection Medicals
Paediatric Dietetics
Paediatric Occupational Therapy
Walk in Referrals (non-ED & X-Ray)
Radiology
Rehabilitation and Physiotherapy
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: £16,922,820
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2035
This contract is subject to renewal
Yes
Description of renewals
Renewal upon exit/expiry
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract is for a maximum of 10 years
Core Contract: 4 Years - 01/04/2026 - 31/03/2030
Option Period 1: 3 Years - 01/04/2030 - 31/03/2033
Option Period 2: 3 Years - 01/04/2033 - 31/03/2036
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: Clinical Services - Unscheduled Patients
Lot No
3
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
two.2.3) Place of performance
NUTS codes
- CY - Cyprus
Main site or place of performance
Republic of Cyprus
two.2.4) Description of the procurement
Emergency services for adults and paediatrics to include:
Emergency Medicine
Emergency Surgery
Emergency General Surgery
Essential Service Laboratories
Digital Transfer services
Clinical Radiology
Orthopaedics
Hyperbaric Emergency
Adult
Paediatric
Neonatal
Blood Transfusion
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: £23,822,560
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2036
This contract is subject to renewal
Yes
Description of renewals
Renewal upon exit/expiry
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract is for a maximum of 10 years
Core Contract: 4 Years - 01/04/2026 - 31/03/2030
Option Period 1: 3 Years - 01/04/2030 - 31/03/2033
Option Period 2: 3 Years - 01/04/2033 - 31/03/2036
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: Clinical Services - Mental Healthcare
Lot No
4
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
two.2.3) Place of performance
NUTS codes
- CY - Cyprus
Main site or place of performance
Republic of Cyprus
two.2.4) Description of the procurement
Mental Health Services to include:
For adult and paediatrics
Inpatient Assessment and Treatment
Inpatient Temporary Admission/Sanctuary
Inpatient Treatment Support
Supervised Detoxification from Alcohol or Other Substance
Drug and Psychotherapeutic Treatment
Stabilisation and Discharge for Evacuation to the United Kingdom
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: £1,516,930
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2026
End date
31 March 2036
This contract is subject to renewal
Yes
Description of renewals
Renewal upon exit/expiry
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This contract is for a maximum of 10 years
Core Contract: 4 Years - 01/04/2026 - 31/03/2030
Option Period 1: 3 Years - 01/04/2030 - 31/03/2033
Option Period 2: 3 Years - 01/04/2033 - 31/03/2036
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
See DSP tender reference 709631450 and tender documents for full information.
three.1.2) Economic and financial standing
List and brief description of selection criteria
See DSP tender reference 709631450 and tender documents for full information.
Minimum level(s) of standards possibly required
See DSP tender reference 709631450 and tender documents for full information.
three.1.3) Technical and professional ability
List and brief description of selection criteria
See DSP tender reference 709631450 and tender documents for full information.
Minimum level(s) of standards possibly required
See DSP tender reference 709631450 and tender documents for full information.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See DSP tender reference 709631450 and tender documents for full information.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-003606
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 January 2025
Local time
12:59pm
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
17 January 2025
Local time
12:59pm
Information about authorised persons and opening procedure
Tenders must be valid for 6 months from the point of receipt.
Where the preferred supplier is identified, they bid must remain valid for a further 6 months.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 10 Years
six.4) Procedures for review
six.4.1) Review body
Commercial Branch
C Block, HQ BFC
BFPO 53
UKStratCom-Comrcl-BFC@mod.gov.uk
Country
Cyprus