Tender

NHSE896 - Abdominal Aortic Aneurysm (AAA) Screening Programme.

  • NHS England Greater Manchester
  • NHS England North West Lancashire & South Cumbria

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-016162

Procurement identifier (OCID): ocds-h6vhtk-03d465

Published 7 June 2023, 2:59pm



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

Email

NECSU.neprocurement@nhs.net

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

Email

NECSU.neprocurement@nhs.net

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

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

https://www.necsu.nhs.uk/

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

https://atamis-1928.cloudforce.com/sfc/p/#0O000000rwim/a/4J000000kGJV/E7G8dJZW6I6OBziP9VjNLKQhD5jze8lO9f26f9NNk48

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

https://atamis-1928.cloudforce.com/sfc/p/#0O000000rwim/a/4J000000kGJV/E7G8dJZW6I6OBziP9VjNLKQhD5jze8lO9f26f9NNk48

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

https://atamis-1928.cloudforce.com/sfc/p/#0O000000rwim/a/4J000000kGJV/E7G8dJZW6I6OBziP9VjNLKQhD5jze8lO9f26f9NNk48

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

Email

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