Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CLINICAL MANAGED SERVICES INCLUDING MANAGED MAINTENANCE SERVICES (SBS10251)

  • First published: 11 August 2023
  • Last modified: 11 August 2023
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-039263
Published by:
NHS Shared Business Services Limited
Authority ID:
AA82666
Publication date:
11 August 2023
Deadline date:
21 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 .

Full notice text

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

Coding

Commodity categories

ID Title Parent category
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
66114000 Financial leasing services Banking services
85100000 Health services Health and social work services
85110000 Hospital and related services Health services
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
66140000 Portfolio management services Banking and investment services
50421000 Repair and maintenance services of medical equipment Repair and maintenance services of medical and surgical equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
nsbs.categorymanagementsourcing@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.