Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Royal Marsden NHS Foundation Trust
Unit G3, Harbour Yard, Chelsea Harbour
London
SW10 0XD
UK
Contact person: chelwest.tenders@nhs.net
E-mail: chelwest.tenders@nhs.net
NUTS: UKI33
Internet address(es)
Main address: https://www.royalmarsden.nhs.uk
Address of the buyer profile: https://www.royalmarsden.nhs.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned 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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
West London Targeted Lung Health Checks Programme
Reference number: C110883
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
RM Partners, the West London Cancer Alliance, is looking for expressions of interest from bidders to act as a lead provider who would be willing to deliver the national Targeted Lung Health Check (TLHC) Programme for the eligible populations of both North West and South West London as a single programme.<br/>Across the geographical footprint, Hammersmith & Fulham, Hillingdon and Sutton are now actively delivering the programme, with a current expansion commencing into Hounslow, Wandsworth & Merton. The remaining boroughs in scope for this service are: Kingston, Richmond and Croydon in SWL and Westminster, Harrow, Kensington & Chelsea, Brent and Ealing in NWL.<br/>Suppliers to note that the estimated value of this contract, as stated on this notice, relates to 2 (main term) +1 (Year 1 of the extension) contract. Values of year 2 and 3 of extensions are unknown at this point of time.
II.1.5) Estimated total value
Value excluding VAT:
22 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
38970000
II.2.3) Place of performance
NUTS code:
UKI3
Main site or place of performance:
West London
II.2.4) Description of the procurement
RM Partners, the West London Cancer Alliance, is looking for expressions of interest from bidders to act as a lead provider who would be willing to deliver the national Targeted Lung Health Check (TLHC) Programme for the eligible populations of both North West and South West London as a single programme.<br/>Across the geographical footprint, Hammersmith & Fulham, Hillingdon and Sutton are now actively delivering the programme, with a current expansion commencing into Hounslow, Wandsworth & Merton. The remaining boroughs in scope for this service are: Kingston, Richmond and Croydon in SWL and Westminster, Harrow, Kensington & Chelsea, Brent and Ealing in NWL.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
22 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
there are 3 x 12 months possible extensions. The Trust will decide in Year 2 of this contract if any extensions need to be taken.
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
List and brief description of selection criteria:
as outlined in SQ documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:
as outlined in SQ and ITT documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/12/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
BR
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
30/06/2023
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
https://health-family.force.com/s/Welcome
VI.4) Procedures for review
VI.4.1) Review body
The High Court
Strand
London
WC2A 2LL
UK
E-mail: generaloffice@administrativecourtoffice.justice.gov.uk
Internet address(es)
URL: https://www.gov.uk/courts-tribunals
VI.4.2) Body responsible for mediation procedures
The High Court
Strand
London
WC2A 2LL
UK
E-mail: generaloffice@administrativecourtoffice.justice.gov.uk
Internet address(es)
URL: https://www.gov.uk/courts-tribunals
VI.5) Date of dispatch of this notice
14/11/2022