Section one: Contracting authority
one.1) Name and addresses
NHS England and NHS Improvement North West
Preston Business Centre, Watling Street Road
Preston
PR2 8DY
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
https://www.england.nhs.uk/north-west/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/nhsnecsu/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/nhsnecsu/aspx/Home
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://in-tendhost.co.uk/nhsnecsu/aspx/Home
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
NHSE883 Health and Social Care Services at Risley and Thorn Cross
Reference number
NHSE883
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
North of England Commissioning Support (NECS) are working for, and on behalf of, NHS England and NHS Improvement North West Health and Justice Team, who wish to commission Health and Social Care Services in Her Majesty's Prisons Risley and Thorn Cross.
The basic principles that mirror those of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015 (as amended), ensuring a fair, open and transparent process in accordance with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.
Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:
(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) How, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental well-being.
This procurement will be conducted via the NECS e-tendering system (In-tend) as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the In-tend portal.
To express an interest in tendering for this procurement, please register on the In-tend e-tendering portal, which can be found at: https://in-tendhost.co.uk/nhsnecsu and follow the registration instructions.
Please note that it is free to register on In-tend, which can be accessed at any time of day.
Should you have any queries, or are having problems using the portal, you should contact the e-Tendering provider by Email: support@in-tend.com or by phone 0844 2728810 (Monday to Friday 8:30am to 5.00pm).
PLEASE NOTE: Tender documentation will be available via In-tend from Tuesday 24 May 2022 and the closing date for receipt of tenders is 12 noon on Friday 08 July 2022.
two.1.5) Estimated total value
Value excluding VAT: £31,950,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
HMPs Risley and Thorn Cross
two.2.4) Description of the procurement
North of England Commissioning Support (NECS) are working for, and on behalf of, NHS England and NHS Improvement North West Health and Justice Team, who wish to commission Health and Social Care Services.
The basic principles that mirror those of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015 (as amended), ensuring a fair, open and transparent process in accordance with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.
Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:
(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) How, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental well-being.
This procurement will be conducted via the NECS e-tendering system (In-tend) as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the In-tend portal.
To express an interest in tendering for this procurement, please register on the In-tend e-tendering portal, which can be found at: https://in-tendhost.co.uk/nhsnecsu and follow the registration instructions.
Please note that it is free to register on In-tend, which can be accessed at any time of day.
Should you have any queries, or are having problems using the portal, you should contact the e-Tendering provider by Email: support@in-tend.com or by phone 0844 2728810 (Monday to Friday 8:30am to 5.00pm).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £31,950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
108
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: No
two.2.14) Additional information
PLEASE NOTE: Tender documentation will be available via In-tend from Tuesday 24 May 2022 and the closing date for receipt of tenders is 12 noon on Friday 08 July 2022.
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
Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
(a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions;
and
(b) How, in conducting the process of procurement, they might act with a view to securing that improvement.
Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and environmental well-being". The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No102) (for Health, Social, Education, and certain other Service Contracts).
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
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 July 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
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 July 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Previous Publication regarding this procurement on Find a Tender Service
F01: Prior information notice (prior information only)
Notice reference: 2021/S 000-029585
Also previous publication of Contract Notice for this contract was 2022/S 000-006960 NHSE808 Health and Social Care in HMPS Lot 3 Risley and Thorn Cross. Due to receiving no tender responses this is being re procured.
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
Telephone
+44 3450103503
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Commissioner will act in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Part 3 Chapter 6 Regulation 88 to 104 of the Public Contract Regulations 2015 (SI 2015 No 102) (PCR 2015). Part 3 of the PCR 2015 provides for appeals to be made to the High Court subject to the time limitations and other required procedural steps. The rules relating to appeal are complex and a dissatisfied tenderer is advised to take their own prompt legal advice.
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice - The High Court
Strand
London
WC2A 2LL
Country
United Kingdom