Tender

709631450 - Provision of Secondary Healthcare to British Forces Cyprus & Sovereign Base Area

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-033767

Procurement identifier (OCID): ocds-h6vhtk-0436d7

Published 18 October 2024, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Commercial Branch

C Block, HQ BFC

BFPO 53

Email

UKStratCom-Comrcl-BFC@mod.gov.uk

Country

Cyprus

Region code

CY - Cyprus

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.contracts.mod.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.contracts.mod.uk

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

Email

UKStratCom-Comrcl-BFC@mod.gov.uk

Country

Cyprus

Internet address

www.contracts.mod.uk