Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
UK
Contact person: Tom Plator
E-mail: tom.plator@gstt.nhs.uk
NUTS: UKI44
Internet address(es)
Main address: https://www.guysandstthomas.nhs.uk
Address of the buyer profile: https://www.guysandstthomas.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
Targeted Health Lung Check Outsourced Services
Reference number: ST24-P021
II.1.2) Main CPV code
85121200
II.1.3) Type of contract
Services
II.1.4) Short description
You are invited to submit a tender for the Authority’s requirement for Targeted Lung Health Check services.<br/><br/>The Targeted Lung Health Check service is divided into three service components:<br/><br/>• Service Component 1 - Conducting Lung Health Checks, communicating results, managing all patient reminders for the incident round, and scheduling follow-up appointments.<br/><br/>• Service Component 2 - Managing scanner schedules, including radiographers, assistants, nurses, and HCAs for the unit. This also includes IMER checks, CT scans, PACS storage, and sharing data with all providers.<br/><br/>• Service Component 3 - Handling all CT radiology reporting, transferring CT reports to all providers, and managing PACS storage. Focusing on ongoing quality and service improvement, particularly in quality assurance and data management, with a commitment to monitoring and reporting an exemplary service with continuous development.<br/><br/>The service delivery strategy involves delivering Service Component 2 in-house, while Service Components 1 and 3 will be put out to tender in two separate Lots. Potential bidders will be invited to tender for one or both Lots, allowing the Trust to determine the package that will deliver the best value for money.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85141000
II.2.3) Place of performance
NUTS code:
UKI44
II.2.4) Description of the procurement
You are invited to submit a tender for the Authority’s requirement for Targeted Lung Health Check services.<br/><br/>The Targeted Lung Health Check service is divided into three service components:<br/><br/>• Service Component 1 - Conducting Lung Health Checks, communicating results, managing all patient reminders for the incident round, and scheduling follow-up appointments.<br/><br/>• Service Component 2 - Managing scanner schedules, including radiographers, assistants, nurses, and HCAs for the unit. This also includes IMER checks, CT scans, PACS storage, and sharing data with all providers.<br/><br/>• Service Component 3 - Handling all CT radiology reporting, transferring CT reports to all providers, and managing PACS storage. Focusing on ongoing quality and service improvement, particularly in quality assurance and data management, with a commitment to monitoring and reporting an exemplary service with continuous development.<br/><br/>The service delivery strategy involves delivering Service Component 2 in-house, while Service Components 1 and 3 will be put out to tender in two separate Lots. Potential bidders will be invited to tender for one or both Lots, allowing the Trust to determine the package that will deliver the best value for money.
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:
5 000 000.00
GBP
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/08/2024
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/08/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Strand
London
WC2A 2LL UK
UK
Internet address(es)
URL: https://www.judiciary.uk/courts-and-tribunals/high-court/
VI.5) Date of dispatch of this notice
15/07/2024