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
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