Opportunity

Tier 4 Bariatrics Service

  • NHS Chorley & South Ribble CCG

F02: Contract notice

Notice reference: 2022/S 000-009967

Published 13 April 2022, 6:18pm



Section one: Contracting authority

one.1) Name and addresses

NHS Chorley & South Ribble CCG

Chorley House

Preston

Email

mlcsu.tendersnorth@nhs.net

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

https://mlcsu.bravosolution.co.uk

one.3) Communication

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

https://mlcsu.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://mlcsu.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned 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://mlcsu.bravosolution.co.uk/

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

Tier 4 Bariatrics Service

Reference number

L20-02

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Midlands & Lancashire Commissioning Support Unit (CSU) is working on behalf of Lancashire, Cumbria and Merseyside CCGs. This invitation to tender is for Tier 4 Bariatric & Weight Loss Service in Lancashire, Cumbria and Merseyside.

Please note this may be extended to include NHS Cheshire CCG as a commissioning organisation to be added to the contract at a later date following the award of contract.

This procurement is based on two lots around the geographical areas as detailed above: Lot 1: Lancashire and Cumbria CCGs and Lot 2: Merseyside CCGs (with Cheshire CCG potentially coming on board at a later stage). Providers will need to consider as part of their submission how the service will be accessible to the patient population within the lot’s geographical area that they bid for. It is anticipated that the referrals received by the successful provider(s) will be predominantly from patients registered within the lot’s geographical area. However due to patient choice, there will be an expectation that all successful providers from this procurement will still accept referrals from all patients across Lancashire, Cumbria and Merseyside.

A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder.

This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway.

The ITT will be live on Thursday 14th April 2022 on the MLCSU Bravo portal (see below) & it will have a deadline for submissions on Friday 27th May 2022 12:00pm.

The contract is for 5 years with an option to extend for 2 years.

The Commissioner reserves the right to reject bids that exceed the indicated budget.

Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.

The Indicative Financial Cost Envelope for Lancashire and Cumbria (based on 100% activity) is £1,401,139 per annum (at 2021/22 tariff prices). So 5 years total would be £7,005,695, with an option to extend for a further 2 years (£2,802,278) gives a total indicative contract value for Lot 1 of £9,807,973.

The Indicative Financial Cost Envelope for Merseyside (including Wirral and Warrington) (based on 100% activity) is £1,865,210 per annum (at 2021/22 tariff prices). So for 5 years total would be £9,326,050, with an option to extended for a further 2 years (£3,730,420) gives a total indicative contract value for Lot 2 of £13,056,470.

Total for both lots £22,864,443

two.1.5) Estimated total value

Value excluding VAT: £22,864,443

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder.

two.2) Description

two.2.1) Title

Lot 1 Lancashire and Cumbria CCGs

Lot No

1

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Lancashire and Cumbria

two.2.4) Description of the procurement

This procurement is based on two lots around the geographical areas as detailed above: Lot 1: Lancashire and Cumbria CCGs. NHS Blackburn with Darwen CCG

NHS Blackpool CCG

NHS Greater Preston CCG

NHS Chorley & South Ribble CCG

NHS East Lancashire CCG

NHS West Lancashire CCG

NHS Fylde & Wyre CCG

NHS Morecambe Bay CCG

NHS North Cumbria CCG

The Indicative Financial Cost Envelope for Lancashire and Cumbria (based on 100% activity) is £1,401,139 per annum (at 2021/22 tariff prices). So 5 years total would be £7,005,695, with an option to extend for a further 2 years (£2,802,278) gives a total indicative contract value for Lot 1 of £9,807,973.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery - Pass / Fail, Scored / Weighting: 15

Quality criterion - Name: Quality & Governance - Pass / Fail, Scored / Weighting: 35

Quality criterion - Name: Workforce - Pass / Fail, Scored / Weighting: 5

Quality criterion - Name: Information Management & Technology - Pass/ Fail, Scored / Weighting: 5

Quality criterion - Name: Information Governance - Pass / Fail, Scored / Weighting: 5

Quality criterion - Name: Equalities - Pass / Fail, Scored / Weighting: 5

Quality criterion - Name: Lot Specific Service Delivery - Scored / Weighting: 15

Quality criterion - Name: Lot Specific Social Value - Scored / Weighting: 10

Quality criterion - Name: Lot Specific Workforce - Scored / Weighting: 5

Quality criterion - Name: Health & Safety - Pass / Fail / Weighting: 0

Price - Weighting: 0 - pass / fail

two.2.6) Estimated value

Value excluding VAT: £9,807,973

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

Start date

1 November 2022

End date

31 October 2029

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder.

This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

A project has been set up to recommission weight management services across Lancashire, Cumbria, and Merseysidewith NHS Chorley and South Ribble CCG appointed as the commissioning lead. During this time, interim contract arrangements have been in place with three Tier 4 Bariatric providers and will remain in place until new contracts are awarded through this procurement process.

two.2) Description

two.2.1) Title

Lot 2 Merseyside CCGs

Lot No

2

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Merseyside CCGs

two.2.4) Description of the procurement

This procurement is based on two lots around the geographical areas as detailed above: Lot 2: Merseyside CCGs.

NHS Halton CCG

NHS Knowsley CCG

NHS Liverpool CCG

NHS South Sefton CCG

NHS Southport and Formby CCG

NHS St Helens CCG

NHS Warrington CCG

NHS Wirral CCG

Please note this may be extended to include NHS Cheshire CCG as a commissioning organisation to be added to the contract at a later date following the award of contract.

The Indicative Financial Cost Envelope for Merseyside (including Wirral and Warrington) (based on 100% activity) is £1,865,210 per annum (at 2021/22 tariff prices). So for 5 years total would be £9,326,050, with an option to extended for a further 2 years (£3,730,420) gives a total indicative contract value for Lot 2 of £13,056,470.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery - Pass / Fail, Scored / Weighting: 15

Quality criterion - Name: Quality & Governance - Pass / Fail, Scored / Weighting: 35

Quality criterion - Name: Workforce - Pass / Fail, Scored / Weighting: 5

Quality criterion - Name: Information Management & Technology - Pass/ Fail, Scored / Weighting: 5

Quality criterion - Name: Information Governance - Pass / Fail, Scored / Weighting: 5

Quality criterion - Name: Equalities - Pass / Fail, Scored / Weighting: 5

Quality criterion - Name: Lot Specific Service Delivery - Scored / Weighting: 15

Quality criterion - Name: Lot Specific Social Value - Scored / Weighting: 10

Quality criterion - Name: Lot Specific Workforce - Scored / Weighting: 5

Quality criterion - Name: Health & Safety - Pass / Fail / Weighting: 0

Price - Weighting: 0 - pass / fail

two.2.6) Estimated value

Value excluding VAT: £13,056,470

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

Start date

1 November 2022

End date

31 October 2029

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder.

This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

A project has been set up to recommission weight management services across Lancashire, Cumbria, and Merseyside with NHS Chorley and South Ribble CCG appointed as the commissioning lead. During this time, interim contract arrangements have been in place with three Tier 4 Bariatric providers and will remain in place until new contracts are awarded through this procurement process.


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

List and brief description of conditions:

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made. Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

The Contracting Authority is not voluntarily following any other part of the Regulations. The procedure which the Contracting Authority is following is set out in the procurement documents.

As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.

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. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.

Further details will be made available via documentation and information released during the tender process.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Commissioner reserves the right to reject bids that exceed the indicated budget.

Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.


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

Date

27 May 2022

Local time

12:00pm

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

Tender must be valid until: 1 November 2022

four.2.7) Conditions for opening of tenders

Date

27 May 2022

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The successful providers will be expected to deliver the new specification. It is also anticipated that commissioners may wish to work with the new providers going forward to further develop the Tier 4 pathway in line with National and local requirements. For example, commissioners may wish to work with providers to consider potential changes to be made to the eligibility criteria for the service to become more accessible based on clinical urgency following consultation.

six.4) Procedures for review

six.4.1) Review body

NHS Chorley & South Ribble CCG

Chorley House

PR26 6TT

Country

United Kingdom