Tender

NHSE676 - Windermere and Bowness Medical Practice Alternative Provider Medical Services

  • NHS England and NHS Improvement North West
  • NHS Morecambe Bay Clinical Commissioning Group

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2021/S 000-008523

Procurement identifier (OCID): ocds-h6vhtk-02a8bc

Published 21 April 2021, 4:12pm



Section one: Contracting authority

one.1) Name and addresses

NHS England and NHS Improvement North West

Preston

PR2 8DY

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://www.england.nhs.uk/north-west/contact-us/

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

one.1) Name and addresses

NHS Morecambe Bay Clinical Commissioning Group

Leyland

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

https://www.morecambebayccg.nhs.uk/contact-us

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

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

NHSE676 - Windermere and Bowness Medical Practice Alternative Provider Medical Services

Reference number

NHSE676

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

North of England Commissioning Support (NECS) is working for and on behalf of NHS England and NHS Improvement North West (The Contract Authority) and NHS Morecambe Bay Clinical Commissioning Group (the Commissioner); who has full delegated authority to commission an Alternative Provider Medical Service (APMS) to be delivered from Windermere and Bowness Medical Practice.

The contract term will be for 10 years with effect from 01 October 2021, with an option to extend for a further 5 years at the discretion of the Contracting Authorities and subject to satisfactory financial and contractual performance.

The basic principles that mirror those of the Open Procurement route will be followed for this procurement to test the capability, capacity, and technical competence of tenderers in accordance with The Public Contracts Regulations 2015 (as amended).

Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:

(a) How, what is proposed to be procured might improve the economic, social, and environmental well-being of the area where it exercises its functions; and

(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authorities relating to economic, social, and environmental well-being.

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the In-tend portal https://in-tendhost.co.uk/nhsnecsu

It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the In-tend helpdesk via:

support@in-tend.com or call us on 0845 557 8079 / +44 (0) 114 407 0065

The helpdesk is open Monday - Friday between 9am - 5.30pm

Tender documentation will be available on the e-tendering site from 21 April 2021.

The closing date for submission of tenders is 12:00 noon on 21 May 2021.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

Windermere and Bowness

two.2.4) Description of the procurement

North of England Commissioning Support (NECS) is working for and on behalf of NHS England and NHS Improvement North West (The Contract Authority) and NHS Morecambe Bay Clinical Commissioning Group (the Commissioner); who has full delegated authority to commission an Alternative Provider Medical Service (APMS) to be delivered from Windermere and Bowness Medical Practice.

The contract term will be for 10 years with effect from 01 October 2021, with an option to extend for a further 5 years at the discretion of the Contracting Authorities and subject to satisfactory financial and contractual performance.

The basic principles that mirror those of the Open Procurement route will be followed for this procurement to test the capability, capacity, and technical competence of tenderers in accordance with The Public Contracts Regulations 2015 (as amended).

Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:

(a) How, what is proposed to be procured might improve the economic, social, and environmental well-being of the area where it exercises its functions; and

(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authorities relating to economic, social, and environmental well-being.

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the In-tend portal https://in-tendhost.co.uk/nhsnecsu

It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the In-tend helpdesk via:

support@in-tend.com or call us on 0845 557 8079 / +44 (0) 114 407 0065

The helpdesk is open Monday - Friday between 9am - 5.30pm

Tender documentation will be available on the e-tendering site from 21 April 2021.

The closing date for submission of tenders is 12:00 noon on 21 May 2021.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:

(a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions;

and

(b) How, in conducting the process of procurement, they might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and environmental well-being". The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No102) (for Health, Social, Education, and certain other Service Contracts).


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Date

21 May 2021

Local time

12:00pm

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

English


Section six. Complementary information

six.3) Additional information

The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence

of bidders in accordance with The Public Contracts Regulations 2015 (SI 2015 No 102)."

(MT Ref:222411)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

The Commissioner will act in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Part 3 Chapter 6 Regulation 88 to 104 of the Public Contract Regulations 2015 (SI 2015 No 102) (PCR 2015). Part 3 of the PCR 2015 provides for appeals to be made to the High Court subject to the time limitations and other required procedural steps. The rules relating to appeal are complex and a dissatisfied tenderer is advised to take their own prompt legal advice.

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice - The High Court

London

Country

United Kingdom