An official website of the European Union

492264-2020 - Competition

Notice View

Summary

2020-OJS202-492264-en
I.1.
Name and addresses
Official name: The National Health Service Commissioning Board (which uses the operational name ‘NHS England’)
Postal address: Quarry House, Quarry Hill
Town: Leeds
NUTS code: UK United Kingdom
Postal code: LS2 7UE
Country: United Kingdom
Internet address(es):
I.5.
Main activity
Health
II.1.1.
Title
NHS Increasing Capacity Framework
Reference number: NHS England IC F - AGEM 41574
II.1.2.
Main CPV code
85100000 Health services
II.1.3.
Type of contract
Services
II.1.5.
Estimated total value
Value excluding VAT: 10 000 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: yes
II.2.1.
Title
NHS Inpatient,Day Case Services, Urgent Elective Care,Cancer Treatment and NHS Diagnostic Services
Lot No: 1
II.2.2.
Additional CPV code(s)
85100000 Health services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
II.2.6.
Estimated value
Value excluding VAT: 10 000 000 000,00 GBP
II.2.7.
Duration of the contract or the framework agreement
Duration in months: 48
II.2.1.
Title
Facility and Service
Lot No: 2
II.2.2.
Additional CPV code(s)
85100000 Health services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
II.2.7.
Duration of the contract or the framework agreement
Duration in months: 48
IV.2.1.
Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 160-391195
IV.2.2.
Time limit for receipt of tenders or requests to participateTime limit for receipt of expressions of interest
Date: 26/10/2020 Local time: 14:30
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2020-OJS202-492264-en
492264-2020 - CompetitionUnited Kingdom-Leeds: Health services
OJ S 202/2020 16/10/2020
Social and other specific services – public contracts
Services
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1.
Name and addresses
Official name: The National Health Service Commissioning Board (which uses the operational name ‘NHS England’)
Postal address: Quarry House, Quarry Hill
Town: Leeds
NUTS code: UK United Kingdom
Postal code: LS2 7UE
Country: United Kingdom
Internet address(es):
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=34817&B=UK
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=34817&B=UK
Tenders or requests to participate must be submitted to the abovementioned address
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
NHS Increasing Capacity Framework
Reference number: NHS England IC F - AGEM 41574
II.1.2.
Main CPV code
85100000 Health services
II.1.3.
Type of contract
Services
II.1.4.
Short description
The National Health Service Commissioning Board (which uses the operational name ‘NHS England’) is seeking to establish a framework agreement in which NHS England acting for itself and other NHS bodies (Clinical Commissioning Groups (‘CCGs’), NHS Trusts and NHS Foundation Trusts) for the purpose of this procurement (each a ‘Contracting Authority’ and together the ‘Contracting Authorities’) will award contracts or sub-contracts for a range of clinical services (the ‘Framework Agreement’). The clinical services under the Framework agreement will include:
1) NHS inpatient and day case services (including full supporting pathology and imaging) and urgent elective care and cancer treatment in line with nationally set criteria;
2) NHS Diagnostic Services.
(the ‘Services’) Please refer to the Specification at Schedule 1 of the ITT for more details of the Services.
3) Clinical facilities and related services.
II.1.5.
Estimated total value
Value excluding VAT: 10 000 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2.
Description
II.2.1.
Title
NHS Inpatient,Day Case Services, Urgent Elective Care,Cancer Treatment and NHS Diagnostic Services
Lot No: 1
II.2.2.
Additional CPV code(s)
85100000 Health services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
II.2.4.
Description of the procurement
The objective of the framework agreement is to support the contracting authorities’ ability to manage and reduce waiting lists by purchasing additional activity from providers of required services. It is for contracting authorities to determine which specialties they wish to purchase based on local need. The intention is that a framework agreement will be entered into by NHS England on behalf of all contracting authorities with each provider assessed as capable through this procurement process (a ‘Provider’). Once the framework agreement has been set up, contracts based upon the NHS Standard Contract or Sub-Contract may be placed by a contracting authority with any Provider holding a framework agreement covering the relevant services required by that contracting authority. It is the intention that in accordance with the framework agreement, each contracting authority, may enter into a separate NHS Standard Contract or Sub-Contract with any Provider, for the services.
Lot 1 invites bids to undertake clinical services at National and Local Prices.
Lot 2 invites bids to provide clinical facilities and related services for the contracting authorities to undertake clinical activity.
II.2.6.
Estimated value
Value excluding VAT: 10 000 000 000,00 GBP
II.2.7.
Duration of the contract or the framework agreement
Duration in months: 48
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
Lot 1 will be procured under a separate process to Lot 2 and the timescales will be staggered. It is anticipated that Lot 1 will be awarded in advance of Lot 2.
II.2.
Description
II.2.1.
Title
Facility and Service
Lot No: 2
II.2.2.
Additional CPV code(s)
85100000 Health services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
II.2.4.
Description of the procurement
The objective of the framework agreement is to support the contracting authorities’ ability to manage and reduce waiting lists by purchasing additional activity from providers of required services. It is for contracting authorities to determine which specialties they wish to purchase based on local need. The intention is that a framework agreement will be entered into by NHS England on behalf of all contracting authorities with each provider assessed as capable through this procurement process (a ‘Provider’). Once the framework agreement has been set up, contracts based upon the NHS Standard Contract or Sub-Contract may be placed by a contracting authority with any Provider holding a framework agreement covering the relevant services required by that contracting authority. It is the intention that in accordance with the framework agreement, each contracting authority, may enter into a separate NHS Standard Contract or Sub-Contract with any Provider, for the services.
Lot 1 invites bids to undertake clinical services at National and Local Prices.
Lot 2 invites bids to provide clinical facilities and related services for the contracting authorities to undertake clinical activity.
II.2.6.
Estimated value
II.2.7.
Duration of the contract or the framework agreement
Duration in months: 48
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The process for Lot 2 will commence at a later date than the process for lot 1.

Section III: Legal, economic, financial and technical information

III.1.
Conditions for participation
III.1.4.
Objective rules and criteria for participation
List and brief description of rules and criteria:
The procurement will comprise of the following stages:
(i) assessment against a selection requirements including financial standing. All elements will be evaluated on a pass/ fail basis.
(ii) assessment against technical requirements. All elements will be evaluated on a pass/ fail basis.
If a provider is awarded a framework agreement, there is no guarantee that it will be awarded any contracts for services. Contracting authorities may award contracts to providers on the basis of the call off process set out in the framework agreement.

Section IV: Procedure

IV.1.
Description
IV.1.1.
Form of procedure
Open procedure
IV.1.3.
Information about framework agreement
The procurement involves the establishment of a framework agreement
IV.1.10.
Identification of the national rules applicable to the procedure
IV.1.11.
Main features of the award procedure
Please refer to VI.3
IV.2.
Administrative information
IV.2.1.
Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 160-391195
IV.2.2.
Time limit for receipt of tenders or requests to participateTime limit for receipt of expressions of interest
Date: 26/10/2020 Local time: 14:30
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English

Section VI: Complementary information

VI.3.
Additional information
This procurement is on behalf of the National Health Service, namely NHS England, all Clinical Commisioning Groups, NHS Trusts, NHS Foundation Trusts and each of thier successor bodies. A list of organisations can be found at:
(Refered to from IV.1.11) — The services in scope of this procurement process are healthcare services which fall under ‘social and other specific services’ in Section 7 of the Public Contracts Regulations 2015 (‘PCR’). In accordance with Regulation 76 PCR, the process is to set up a framework agreement and will follow a procedure similar to the open procedure. However, NHS England and the contracting authorities using the framework are only bound by the parts of the PCR that specifically apply to social and other specific services. For the avoidance of doubt, the rules that apply to the open procedure under Regulation 27 and framework agreements under Regulation 33 do not apply to this procurement. All providers that meet the minimum requirements set out under the procurement process will be appointed to the framework agreement. There will be no maximum number of providers appointed
Providers must be able to ensure their ability to begin service provision from the 20 November 2020, if required by any contracting authority
NHS England reserves the right to conduct any number of framework refreshes throughout the term of the framework agreement. A refresh will allow verification of existing providers’ continuing ability to meet requirements and will also allow new entrants to be appointed to the framework agreement.
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: The High Court
Postal address: The Strand
Town: London
Country: United Kingdom
VI.4.4.
Service from which information about the review procedure may be obtained
Official name: The High Court
Postal address: The Strand
Town: London
Country: United Kingdom
VI.5.
Date of dispatch of this notice
12/10/2020