Tender

NHS South Sefton CCG – APMS Contracts

  • NHS South Sefton CCG

F02: Contract notice

Notice identifier: 2022/S 000-016345

Procurement identifier (OCID): ocds-h6vhtk-032f0e

Published 14 June 2022, 5:26pm



Section one: Contracting authority

one.1) Name and addresses

NHS South Sefton CCG

Magdalen House, Trinity Road

Bootle

L20 3NJ

Contact

MLCSU Procurement Team

Email

mlcsu.tendersnorth@nhs.net

Telephone

+44 1513178456

Country

United Kingdom

NUTS code

UKD73 - Sefton

Internet address(es)

Main address

https://mlcsu.bravosolution.co.uk

Buyer's address

www.southseftonccg.nhs.uk

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://mlcsu.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://mlcsu.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

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

NHS South Sefton CCG – APMS Contracts

Reference number

CM-22-02

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS South Sefton CCG – APMS Contracts

NHS South Sefton CCG currently have 9 GP surgeries that require to be procured. These 9 practices will be split into 5 LOTs – please see II 2.4 for further information

two.1.5) Estimated total value

Value excluding VAT: £20,784,889.83

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 5

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

All 5 LOTs of:

LOT 1: Hightown

LOT 2: North Park

LOT 3: Great Crosby and Thornton (covering the 3 GP practices of Crosby Village, Crossways and Thornton)

LOT 4: Seaforth, Litherland & Netherton

LOT 5: Maghull

two.2) Description

two.2.1) Title

LOT 1 - Hightown Practice

Lot No

1

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

Hightown Practice

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: £1,549,310.36

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

There will be an initial contract period of five years commencing on 1st April 2023. There will be the option to extend for a further two-year period from 1st April 2028.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

This is listed in the procurement documentation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

LOT 2: North Park Practice

Lot No

2

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

North Park Practice

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: £5,023,313.77

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2023

End date

30 September 2030

This contract is subject to renewal

Yes

Description of renewals

There will be an initial contract period of five years commencing on 1st October 2023. There will be the option to extend for a further two-year period from 1st October 2028.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

Information is stated in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

LOT 3 - Great Crosby and Thornton

Lot No

3

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

Great Crosby and Thornton (covering the 3 GP practices of Crosby Village, Crossways and Thornton)

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: £5,800,531.15

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

There will be an initial contract period of five years commencing on 1st April 2023. There will be the option to extend for a further two-year period from 1st April 2028.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documentation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

LOT 4 - Seaforth, Litherland & Netherton

Lot No

4

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

Seaforth, Litherland & Netherton practices

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: £6,000,649.37

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

There will be an initial contract period of five years commencing on 1st April 2023. There will be the option to extend for a further two-year period from 1st April 2028.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documentation.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

LOT 5 - Maghull

Lot No

5

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

Maghull practice

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: £2,231,085.17

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2023

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

There will be an initial contract period of five years commencing on 1st April 2023. There will be the option to extend for a further two-year period from 1st April 2028.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 4

Objective criteria for choosing the limited number of candidates:

As stated in the procurement documentation

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

Selection criteria as stated in the procurement documents

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

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-010353

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 July 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 August 2022

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This procurement is for Social and other specific 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’) http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made

Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

The Contracting Authority is not voluntarily following any other part of the Regulations.

The only selection for type of Procedure was “Restricted” and the Contracting Authority wishes to clarify that this is not a Restricted procedure but “Other” procedure under the Light Touch Regime. The procedure which the Contracting Authority is following is set out in the procurement documents.

The procedure which the Contracting Authority is following is set out in the procurement documents.

As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.

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

All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.

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 in the course of 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. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.

Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.

Further details will be made available via documentation and information released during the tender process.

six.4) Procedures for review

six.4.1) Review body

NHS Midlands & Lancashire Commissioning Support Unit

Heron House, 120 Grove Road

Stoke-on-Trent

ST4 4LX

Email

mlcsu.tendersnorth@nhs.net

Country

United Kingdom

Internet address

https://www.midlandsandlancashirecsu.nhs.uk

six.4.2) Body responsible for mediation procedures

NHS Midlands & Lancashire Commissioning Support Unit

Heron House, 120 Grove Road

Stoke on Trent

ST4 4LX

Email

mlcsu.tendersnorth@nhs.net

Country

United Kingdom

Internet address

https://www.midlandsandlancashirecsu.nhs.uk