Tender

Medical Cover for Brookfield Intermediate Care Centre in St Helens

  • NHS Cheshire and Merseyside Integrated Care Board

F02: Contract notice

Notice identifier: 2025/S 000-002364

Procurement identifier (OCID): ocds-h6vhtk-04d5b5

Published 23 January 2025, 12:54pm



The closing date and time has been changed to:

12 February 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Cheshire and Merseyside Integrated Care Board

No 1 Lakeside, 920 Centre Park

Warrington

WA1 1QY

Contact

Helen Graham

Email

mlcsu.tendersnorth@nhs.net

Country

United Kingdom

Region code

UKD61 - Warrington

NHS Organisation Data Service

QYG

Internet address(es)

Main address

www.cheshireandmerseyside.nhs.uk

Buyer's address

www.cheshireandmerseyside.nhs.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Medical Cover for Brookfield Intermediate Care Centre in St Helens

Reference number

WHISP-336

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Midlands and Lancashire is working on behalf of Cheshire & Merseyside ICB who wish to procure a Medical Cover Service for the Brookfield Centre, St Helens.

The Brookfield Centre provides Intermediate Care Provision in St Helens. In St Helens Place, the ICB uses the Kings Fund definition of Intermediate Care as its working definition, which is: "A short-term intervention to preserve the independence of people who might otherwise face unnecessarily prolonged hospital stays or inappropriate admissions to hospital or residential care. The care is person centred, focused on rehabilitation, and delivered by a combination of professionals."

There are 30 beds at Brookfield, and they are classed as Level 3 community beds and can be used for step up or step down provision. Brookfield is registered with CQC as a residential care home and managed by St Helens Local Authority with therapy and nursing in reach from a Community NHS Provider. Brookfield is not a commissioned Health service. Brookfield delivers bed-based support and reablement for individuals who are medically optimised / clinically suitable to be cared for in a residential home setting with their medical needs met by primary care as if they were in their own home.

The contract that is to be awarded is for the medical cover of the individuals who are residing at the Brookfield Centre in St Helens.

two.1.5) Estimated total value

Value excluding VAT: £390,912

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121000 - Medical practice services

two.2.3) Place of performance

NUTS codes
  • UKD71 - East Merseyside
Main site or place of performance

Brookfield Centre, Park Road, St Helens, Merseyside, WA9 1HE

two.2.4) Description of the procurement

NHS Midlands and Lancashire is working on behalf of Cheshire & Merseyside ICB who wish to procure a Medical Cover Service for the Brookfield Centre, St Helens.

The contract that is to be awarded is for the medical cover of the individuals who are residing at the Brookfield Centre in St Helens. The aim of the clinical service is to provide an enhanced proactive and responsive model of clinical cover to the 30 users of Brookfield during the in-hours period of 8am - 6:30pm from Monday to Friday. The service does not have to be provided by a GP but access to a GP is essential to enable nurses to escalate concerns and receive clinical supervision.

The contract is to be awarded for a start date of 1st July 2025 for an initial period of 3 years with the option to extend for a further 1-year period. The value of the contract is £97,728 per annum with a total of £390,912 over the total 4-year period.

Contract Award Criteria is as follows:

Evaluation Process

Evaluation of submitted bids will be managed in two tiers:

Tier 1: Due Diligence Questionnaire and Pricing - (pass/fail). A provider will only be taken through to evaluation of their offer if they successfully pass all Due Diligence and Pricing questions.

Tier 2: Evaluation using the key criteria as detailed in Section II.2.5.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 55%

Quality criterion - Name: Value / Weighting: Pass/Fail

Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 20%

Quality criterion - Name: Improving access, reducing health inequalities, and facilitating choice / Weighting: 15%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: Pass/Fail

two.2.6) Estimated value

Value excluding VAT: £390,912

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2025

End date

30 June 2029

This contract is subject to renewal

Yes

Description of renewals

The contract is for an initial 3-year period with the option to extend it for a further 1-year period.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Selection criteria are as stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

7 February 2025

Local time

12:00pm

Changed to:

Date

12 February 2025

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

7 February 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime (PSR) contract notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

This procurement is being carried out in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation available via https://atamis-1928.my.site.com/s/Welcome, and in this Find a Tender contract notice advertisement.

The only selection for type of Procedure is "Open" and the Contracting Authority wishes to clarify that this is a competitive procedure under the Health Care Services (Provider Selection Regime) Regulations 2023. The procedure which the Contracting Authority is following is set out in the procurement documents.

Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.

The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.

All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.

Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.

In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority.

Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act.

six.4) Procedures for review

six.4.1) Review body

NHS Cheshire and Merseyside Integrated Care Board

No 1 Lakeside, 920 Centre Park

Warrington

WA1 1QY

Email

mlcsu.tendersnorth@nhs.net

Country

United Kingdom

Internet address

www.cheshireandmerseyside.nhs.uk