Section one: Contracting authority
one.1) Name and addresses
NHS South Sefton CCG
Magdalen House, Trinity Road
Bootle
L20 3NJ
Contact
MLCSU Procurement Team
Telephone
+44 1513178456
Country
United Kingdom
NUTS code
UKD73 - Sefton
Internet address(es)
Main address
https://mlcsu.bravosolution.co.uk
Buyer's address
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
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
Country
United Kingdom