Section one: Contracting authority
one.1) Name and addresses
NHS North West London Integrated Care Board
15 Marylebone Rd,
London
NW1 5JD
Contact
Jasmine Barrett
Telephone
+44 7704536195
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
https://www.nwlondonics.nhs.uk
Buyer's address
https://www.nwlondonics.nhs.uk
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 the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
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://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
Provision of an Integrated Musculoskeletal Clinical Assessment and Treatment Service across North West London
Reference number
C190588
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS North West London Integrated Care Board (ICB) invites bids from capable Providers, able to deliver a standardised Integrated Musculoskeletal Clinical Assessment and Treatment Service across the Boroughs of Central London, West London, Harrow, Brent, Hammersmith & Fulham and Hillingdon (Pain service only), under a single ‘Lead Provider’ contract.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
Main site or place of performance
London
two.2.4) Description of the procurement
The Services to which this procurement relate fall within scope of Schedule 3 of the Regulations, therefore this procurement is being conducted as a bespoke, three-stage process, which, whilst similar in nature to a Competitive Dialogue process, will deviate significantly from the regulated procedure and use terminology as specified within the Bidder Instructions.
Award will be made via the NHS Standard Contract for a duration of 5 years, with Service Commencement anticipated in April 2024, with the option to extend for up to a further 2 years, subject to any restrictions placed nationally by NHS England or the Department of Health and Social Care.
This will be a cap and collar block contract, derived from the Provider’s tariff for delivering indicative levels of activity. The ICB have set annual affordability limits for each year of the potential contract duration, totaling a maximum contract value for the initial 5-year term of £68,047,000 and a further total of £29,550,000 if extended for the further 2 years. The maximum spend permissible under this contract will be £97,605,000. 15% of the contract value will be contingent upon meeting key performance measures.
To participate in this competitive process, please refer to the Bidder Instructions and submit the relevant documents, via Atamis by 12 noon on 11th August 2023.
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: £97,605,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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.2.13) 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.1.2) 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
Competitive dialogue
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: 2023/S 000-009918
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 August 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 September 2023
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.4) Procedures for review
six.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
InternationalRelationsJudicialOffice@judiciary.uk
Country
United Kingdom