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
E-mail: jason.naidoo@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
Provision of Nutritional Products and Associated Support Services
Reference number: C286248
II.1.2) Main CPV code
15880000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Supplier will support the consortium to provide a responsive, safe and effective enteral nutrition service. <br/><br/>This will be achieved by supporting the nutritional needs of service users by providing advice and information, as well as the right products and equipment in the right quantities, at the right place and time, leading to high level of service user experience and satisfaction.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI44
II.2.4) Description of the procurement
The Supplier will support the consortium to provide a responsive, safe and effective enteral nutrition service across SEL. This will be achieved by supporting the nutritional needs of service users by providing advice and information, as well as the right products and equipment in the right quantities, at the right place and time, leading to high level of service user experience and satisfaction. This includes:<br/><br/>• Supporting safe discharge from hospital without delay <br/>• Preventing attendance and admission to hospital where possible<br/>• Providing information, advice, support and training on enteral tube feeding to service users, their carers/ families and healthcare professionals (HCPs) in the healthcare setting or their place of residence<br/>• Provision of enteral nutrition products and equipment <br/><br/>The supplier will provide the following services to service users in the community and/ or hospitals and satellite sites:<br/><br/>• Training, support and delivery of equipment and ancillaries, including giving sets, enteral tube feeding pumps<br/>• Servicing of enteral tube feeding pumps as/ if required<br/>• Training support and delivery of nutritional products including enteral tube feed and oral nutritional supplements and other nutritional products. This includes facilitating the transition to an off-script processes for enteral tube feeds in Bromley, Bexley and Greenwich and for ONS in all boroughs, except Lewisham which is already off FP10<br/>• Home delivery Service <br/>• Clinical Nursing Service
II.2.5) Award criteria
Criteria below:
Quality criterion: Social Value
/ Weighting: 10%
Quality criterion: Qulality
/ Weighting: 50%
Price
/ Weighting:
40%
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Two (2) x Twelve (12) months extension (optional) at the sole discretion on the Authority.
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
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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:
11/07/2024
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/05/2024
Local time: 17:00
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 and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
UK
E-mail: internationalrelationsrudicialoffice@judiciary.uk
Internet address(es)
URL: https://www.judiciary.uk/
VI.5) Date of dispatch of this notice
22/05/2024