Section one: Contracting authority
one.1) Name and addresses
NHS England Greater Manchester
4TH FLOOR PICCADILLY PLACE LONDON ROAD MANCHESTER
GREATER MANCHESTER
M1 3BN
Contact
john mcgee
Telephone
+44 1642746918
Country
United Kingdom
Region code
UKD3 - Greater Manchester
NHS Organisation Data Service
GREATER MANCHESTER COMMISSIONING HUB (14J)
Internet address(es)
Main address
https://www.england.nhs.uk/north-west/contact-us/
Buyer's address
https://health-family.force.com/s/Welcome
one.1) Name and addresses
NHS England North West Lancashire & South Cumbria
Regatta Place Summers Road Brunswick Business Park Liverpool
Merseyside
L3 4BL
Contact
john mcgee
Telephone
+44 1642746918
Country
United Kingdom
Region code
UKD - North West (England)
NHS Organisation Data Service
NORTH WEST COMMISSIONING REGION (Y62)
Internet address(es)
Main address
https://www.england.nhs.uk/north-west/contact-us/
Buyer's address
https://health-family.force.com/s/Welcome
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from another address:
North of England Commissioning Support
John Snow House
Co. Durham
DH1 3YG
Contact
john mcgee
Telephone
+44 1642746918
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
Buyer's address
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted electronically via
https://health-family.force.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
NHSE896 - Abdominal Aortic Aneurysm (AAA) Screening Programme.
Reference number
NHSE896
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) is a commissioning support service working for and on behalf of NHS England - Greater Manchester (including Glossop and East Cheshire) (GM)) and NHS England North West Lancashire & South Cumbria (LSC) (the Contracting Authorities), who are undertaking a procurement to commission Abdominal Aortic Aneurysm (AAA) Screening Programme under NHSE896 - Abdominal Aortic Aneurysm (AAA) Screening Programme.
The contract term is for an initial period of 5-years commencing on 01 April 2024, with an option to extend for a further 2-years at the discretion of the Contracting Authorities and subject to satisfactory contractual and financial performance.
The Contracting Authorities are procuring AAA Screening Programmes across Lot 1 - GM, and Lot 2 - LSC.
Lot 1 - GM - Annual Screens 20,421 at a maximum annual financial threshold of 1,184,826 GBP @ 90% uptake. The annual screens for Lot 1 - GM (20,421) are made up of 18,696 for Greater Manchester, 247 for Glossop and 1,478 for East Cheshire which is proposed to the market for this Lot, however it must be noted that the cohorts and subsequent contract value related to both Glossop and East Cheshire may at a future date be extracted from Lot 1 - GM contract.
Lot 2 - LSC - Annual Screens 11,840 at a maximum annual financial threshold of 545,488 GBP @ 85% uptake.
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 (as amended) (PCR 2015), for Health, Social, Education, and certain other Service Contracts.
NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:
Support-health@Atamis.co.uk or phone number 0800 9956035
Here is the Atamis Supplier Management guide for information
Tender documentation will be available on the e-tendering site from 12:00 noon on 08/06/2023.
"Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
- 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
- How, in conducting the process of procurement, they might act with a view to securing that improvement.
- Whether to undertake any consultation on the above.
Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.
Bidders are to note:
The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.
The closing time and date for tender returns is 12:00 noon on 10/07/2023
two.1.5) Estimated total value
Value excluding VAT: £12,112,198
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Greater Manchester
Lot No
1
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Greater Manchester (including Glossop and East Cheshire)
two.2.4) Description of the procurement
The Contracting Authorities are procuring AAA Screening Programmes across Lot 1 - Greater Manchester (including Glossop and East Cheshire) (GM)). The Contracting Authorities plan for a contract commencement date of 01 April 2024 for a contract term of an initial 5-years with the option to extend the contract by a further 2-years at the discretion of the Contracting Authorities and subject to satisfactory financial and contractual performance.
Lot 1 - GM - Annual Screens 20,421 at a maximum annual financial threshold of 1,184,826 GBP @ 90% uptake. The annual screens for Lot 1 - GM (20,421) are made up of 18,696 for Greater Manchester, 247 for Glossop and 1,478 for East Cheshire which is proposed to the market for this Lot, however it must be noted that the cohorts and subsequent contract value related to both Glossop and East Cheshire may at a future date be extracted from Lot 1 - GM contract.
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 (as amended) (PCR 2015), for Health, Social, Education, and certain other Service Contracts.
NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:
Support-health@Atamis.co.uk or phone number 0800 9956035
Here is the Atamis Supplier Management guide for information
Tender documentation will be available on the e-tendering site from 12:00 noon on 08/06/2023.
"Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
- 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
- How, in conducting the process of procurement, they might act with a view to securing that improvement.
- Whether to undertake any consultation on the above.
Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.
Bidders are to note:
The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.
The closing time and date for tender returns is 12:00 noon on 10/07/2023
two.2.6) Estimated value
Value excluding VAT: £8,293,782
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
two.2) Description
two.2.1) Title
Lot 2 - Lancashire & South Cumbria
Lot No
2
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
Lancashire & South Cumbria
two.2.4) Description of the procurement
The Contracting Authorities are procuring AAA Screening Programmes across Lot 2 - Lancashire & South Cumbria (LSC). The Contracting Authorities plan for a contract commencement date of 01 April 2024 for a contract term of an initial 5-years with the option to extend the contract by a further 2-years at the discretion of the Contracting Authorities and subject to satisfactory financial and contractual performance.
Lot 2 - LSC - Annual Screens 11,840 at a maximum annual financial threshold of 545,488 GBP @ 85% uptake.
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 (as amended) (PCR 2015), for Health, Social, Education, and certain other Service Contracts.
NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via the Atamis portal at: https://health-family.force.com/s/Welcome. It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Atamis helpdesk via:
Support-health@Atamis.co.uk or phone number 0800 9956035
Here is the Atamis Supplier Management guide for information
Tender documentation will be available on the e-tendering site from 12:00 noon on 08/06/2023.
"Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
- 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
- How, in conducting the process of procurement, they might act with a view to securing that improvement.
- Whether to undertake any consultation on the above.
Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authorities relating to "economic, social, and environmental well-being" by utilising the UK Governments Social Value Model.
Bidders are to note:
The "Transfer of Undertakings (Protection of Employment) Regulations 2006" as amended by the "Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014" (TUPE) may apply to this contract. However, Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.
The closing time and date for tender returns is 12:00 noon on 10/07/2023
two.2.6) Estimated value
Value excluding VAT: £3,818,416
two.2.7) Duration of the contract or the framework agreement
Duration in months
84
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
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 (as amended) (PCR2015), for Health, Social, Education, and certain other Service Contracts.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per the service specification
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at: https://www.legislation.gov.uk/uksi/2015/102/contents/made
four.1.11) Main features of the award procedure
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 (as amended) (PCR2015), for Health, Social, Education, and certain other Service Contracts.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 July 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authorities 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 (as amended) (PCR 2015). Part 3 of the PCR2015 provides for appeals to be made to the High Court subject to time limitations and other required procedural steps. The rules relating to appeal are complex and a dissatisfied bidder 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 Courts of Justice
London
WC242LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice