Tender

Provision of an Integrated Musculoskeletal Clinical Assessment and Treatment Service across North West London

  • NHS North West London Integrated Care Board

F02: Contract notice

Notice identifier: 2023/S 000-019968

Procurement identifier (OCID): ocds-h6vhtk-03bcb5

Published 12 July 2023, 2:19pm



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

Email

jasmine.barrett1@nhs.net

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

Email

InternationalRelationsJudicialOffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/