Tender

Cheshire East and Vale Royal GP Special Allocation Scheme (SAS) Service

  • NHS Cheshire and Merseyside ICB

F02: Contract notice

Notice identifier: 2025/S 000-013485

Procurement identifier (OCID): ocds-h6vhtk-04fe56 (view related notices)

Published 7 April 2025, 4:43pm



The closing date and time has been changed to:

7 May 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Cheshire and Merseyside ICB

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

https://atamis-1928.my.site.com/s/Welcome

one.3) Communication

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

https://atamis-1928.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-1928.my.site.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

Cheshire East and Vale Royal GP Special Allocation Scheme (SAS) Service

Reference number

WHISP-337

two.1.2) Main CPV code

  • 85121000 - Medical practice services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Midlands and Lancashire Commissioning Support Unit is acting as an agent on behalf of NHS Cheshire & Merseyside ICB, who is looking to procure a GP Special Allocation Scheme (SAS) Service in Cheshire East Place and the Vale Royal area of Cheshire West Place.

two.1.5) Estimated total value

Value excluding VAT: £136,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East
  • UKD63 - Cheshire West and Chester
Main site or place of performance

Cheshire East

Vale Royal area of Cheshire West

two.2.4) Description of the procurement

NHS Midlands and Lancashire Commissioning Support Unit is acting as an agent on behalf of NHS Cheshire & Merseyside ICB, who is looking to procure a GP Special Allocation Scheme (SAS) Service in Cheshire East Place and the Vale Royal area of Cheshire West Place.

For information about the geographic areas this service will cover, please visit the ICB's website: www.cheshireandmerseyside.nhs.uk

The GP Special Allocation Scheme is for patients who have been referred by their existing GP. There are currently 27 patients that are being treated in the Scheme.

Full details of the service are set out in the Service Specification - please see information later in this section regarding how to access this documentation. The service provider would be expected to have sufficient staff with competencies and skills to treat the patients within the Scheme.

The proposed contact duration is 4 years and 3 months to end 30th September 2029 with the option to extend for a further 4-year period with mutual consent.

The proposed contract value is based on the following offered costs:

£2,000 retainer per annum

Cost per consultation - £88.79

Cost per in hours Consultation - £111.19

Telephone Consultation - £50.54

The above rates will equate to approximately £16,000 per annum for the entire patient cohort. The total contract value for the 4-year 3-month contract period plus the optional 4-year extension period is expected to be £136,000. This contract value is subject to final confirmation by the ICB.

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.

two.2.5) Award criteria

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

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: £136,000

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

Start date

1 July 2025

End date

30 September 2029

This contract is subject to renewal

Yes

Description of renewals

An optional extension of 4 years may be required by the Authority. This may result in a contract end date of 30/09/2033.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

A preliminary engagement notice was published with following details:

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-040985

Procurement identifier (OCID): ocds-h6vhtk-04c99d

Published 19 December 2024, 2:06pm

Also:

F14: Notice for changes or additional information

Notice identifier: 2025/S 000-001367

Procurement identifier (OCID): ocds-h6vhtk-04c99d

Published 15 January 2025, 1:53pm


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

25 April 2025

Local time

12:00pm

Changed to:

Date

7 May 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

25 April 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 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 & Merseyside Integrated Care Board

No 1 Lakeside, 920 Centre Park

Warrington

WA1 1QY

Country

United Kingdom

Internet address

www.cheshireandmerseyside.nhs.uk