Contract

Intermediate Care Beds in Sefton

  • NHS Cheshire & Merseyside Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-013655

Procurement identifier (OCID): ocds-h6vhtk-04fec0

Published 8 April 2025, 1:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Cheshire & 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

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

Intermediate Care Beds in Sefton

Reference number

WHISP-202

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 Commissioning Support Unit (MLCSU) is working on behalf of NHS Cheshire & Merseyside Integrated Care Board who are the Contracting Authority for this opportunity.

The Authority was looking for providers to deliver an Intermediate Care Beds Service to patients in the Southport & Formby area of Sefton Place. The Authority was looking to commission up to 35 beds to be located in the Southport & Formby area of Sefton Place and ideally on one site.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £11,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton
Main site or place of performance

Southport & Formby of Sefton Place - Byng House, Southport

two.2.4) Description of the procurement

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Cheshire & Merseyside Integrated Care Board who are the Contracting Authority for this opportunity.

The procurement took place during 2023-24 under the Light Touch Regime of the Public Contracts Regulations 2015.

The potential contract is valued at approximately £2,200,000 per year; and the contract duration will be for 3 years from 1st April 2024 with the potential to extend for a further two year period; giving a total contract value of £11,000,000.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 31

Quality criterion - Name: Quality & Governance / Weighting: 20

Quality criterion - Name: Workforce / Weighting: 16

Quality criterion - Name: Information Technology / Weighting: 5

Quality criterion - Name: Information Goverance / Weighting: 12

Quality criterion - Name: Equalities / Weighting: 6

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: Pass/Fail

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

An F02: Contract Notice was published on 2nd October 2023 with reference 2023/S 000-028947

Due to the changes in the Find a Tender Notice Services, it has not been possible to link this F03: Contract Award Notice to the F02: Contract Notice.

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

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 January 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Premcard Ltd - Byng House

30 Promenade

Southport

PR8 1QU

Country

United Kingdom

NUTS code
  • UKD73 - Sefton
Companies House

05291619

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £11,000,000

Total value of the contract/lot: £11,000,000


Section six. Complementary information

six.3) Additional information

This contract is for clinical 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'). Accordingly, the contracting authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The contracting authority is not voluntarily following any other part of the regulations.

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

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 during 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