Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Shared Business Services Limited
05280446
Three Cherry Tree Lane
Hemel Hempstead Hertfordshire
HP2 7AH
UK
E-mail: nsbs.categorymanagementsourcing@nhs.net
NUTS: UK
Internet address(es)
Main address: https://www.sbs.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://discovery.ariba.com/rfx/17131763
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://discovery.ariba.com/rfx/17131763
I.4) Type of the contracting authority
Other: Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CLINICAL MANAGED SERVICES INCLUDING MANAGED MAINTENANCE SERVICES (SBS10251)
Reference number: SBS10251
II.1.2) Main CPV code
85110000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Shared Business Services act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.
NHS Shared Business Services Limited (NHS SBS) intends to put in place a multi supplier Framework Agreement for the provision of Clinical Managed Services, including Managed Maintenance Services to be used by NHS SBS Approved Organisations.
Our Approved Organisation list can be found on:
https://sbs.nhs.uk/proc-framework-agreements-support
The Framework will be split into the following Lots:
Lot 1 - Clinical Managed Services
Lot 2 - Managed Maintenance Services
II.1.5) Estimated total value
Value excluding VAT:
725 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Clinical Managed Services
II.2.2) Additional CPV code(s)
33100000
66114000
66140000
66171000
85100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Clinical Managed Services: Services required will include a range of specialities and areas of expertise and will be delivered across a range of healthcare settings. Including but not limited to:
• Pathology.
• Diagnostic Imaging, Interventional Radiology, Cath Labs, Cardiology and Radiotherapy (including mobile imaging).
• Endoscopy - flexible and rigid including decontamination equipment.
• Renal - continuous renal replacement therapy including outsourcing and home dialysis.
• Operating theatres - including all equipment and furniture (operating tables), Pre Op and Post Op rooms.
• Ward and Clinical Departments
Bidders must reach an award threshold score of 55% or more to be awarded onto the framework agreement .
II.2.5) Award criteria
Criteria below:
Quality criterion: QUALITY
/ Weighting: 70
Quality criterion: SOCIAL VALUE
/ Weighting: 10
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Managed Maintenance Services
II.2.2) Additional CPV code(s)
33100000
50421000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Managed Maintenance Services: Services required will include a range of managed maintenance services across various health settings. Bidders in this Lot must be capable of providing a maintenance service across a range of equipment, not just their own.
Bidders must reach an award threshold score of 55% or more to be awarded onto the framework agreement .
II.2.5) Award criteria
Criteria below:
Quality criterion: QUALITY
/ Weighting: 70
Quality criterion: SOCIAL VALUE
/ Weighting: 10
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-035827
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
21/09/2023
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The value provided in 2.6 is only an estimate NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.
ITT will be conducted as an open procedure under Social and Other Specific Services - subject to the Light Touch Regime under the Public Contracts Regulations 2015. Full details can be found in the procurement documents.
VI.4) Procedures for review
VI.4.1) Review body
NHS Shared Business Services Limited
Three Cherry Trees Lane
Hertfordshire
HP2 7AH
UK
E-mail: nsbs.categorymanagementsourcing@nhs.net
VI.5) Date of dispatch of this notice
10/08/2023