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
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