Tender

NHSE875 – Invitation to Tender - APMS - Withnell Health Centre

  • NHS Lancashire and South Cumbria Integrated Care Board

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

Notice identifier: 2022/S 000-020838

Procurement identifier (OCID): ocds-h6vhtk-030be6

Published 29 July 2022, 3:08pm



The closing date and time has been changed to:

30 August 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Lancashire and South Cumbria Integrated Care Board

Jubilee House

Leyland

PR26 6TR

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

NUTS code

UKD4 - Lancashire

Internet address(es)

Main address

www.lancashireandsouthcumbria.icb.nhs.uk

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

Additional information can be obtained from another address:

NHS NORTH OF ENGLAND COMMISSIONING SUPPORT UNIT

John Snow House, Durham University Science Park

County Durham

DH1 3YG

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

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

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

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

NHSE875 – Invitation to Tender - APMS - Withnell Health Centre

Reference number

NHSE875

two.1.2) Main CPV code

  • 85120000 - Medical practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

North of England Commissioning Support is working for and on behalf of NHS Lancashire and South Cumbria Integrated Care Board (the Contracting Authority), to commission Withnell Health Centre Alternative Provider Medical Service (APMS). Premises are mandatory and are located at Withnell Health Centre, Railway Road, Withnell, Chorley, PR6 7PS.

The contract is for 10 years with the option to extend for 5 years subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authorities. The expected start date of the contract is 04 December 2022 but may be revised to 04 February 2023.

The procurement will be available to view on the e-tendering portal on 29 July 2022.

The basic principles that mirror that of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015 (as amended), ensuring a fair, open, and transparent process in accordance with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.

two.1.5) Estimated total value

Value excluding VAT: £12,437,355

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85120000 - Medical practice and related services

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham
Main site or place of performance

Withnell Health Centre

two.2.4) Description of the procurement

North of England Commissioning Support is working for and on behalf of NHS Lancashire

and South Cumbria Integrated Care Board (the Contracting Authority), to commission

Withnell Health Centre Alternative Provider Medical Service (APMS).

Premises are mandatory and are located at Withnell Health Centre, Railway Road,

Withnell, Chorley, PR6 7PS.

The contract is for 10 years with the option to extend for 5 years subject to satisfactory

financial and contractual performance and at the discretion of the Contracting Authorities.

The expected start date of the contract is 04 December 2022 but may be revised to 04

February 2023.

The procurement will be available to view on the e-tendering portal on 29 July 2022.

The basic principles that mirror that of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015

(as amended), ensuring a fair, open, and transparent process in accordance with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.

two.2.6) Estimated value

Value excluding VAT: £12,437,355

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.2.14) Additional information

NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential providers. There will be no hard copy documents issued to potential providers and all communications with NECS, including your submission, will be conducted via the portal:

Supplier Portal https://in-tendhost.co.uk/nhsnecsu/aspx/Home


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 that mirror that of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015 (as amended), ensuring a fair, open, and transparent process in accordance with NHS

(Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.

three.2) Conditions related to the contract

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: http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-001357

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

Originally published as:

Date

29 August 2022

Local time

12:00pm

Changed to:

Date

30 August 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential providers. There will be no hard copy documents issued to potential providers and all communications with NECS, including your submission, will be conducted via the portal:

Supplier Portal https://in-tendhost.co.uk/nhsnecsu/aspx/Home

Helpdesk contact information support@in-tend.com or by phone 0844 2728810

Helpdesk Availability Monday to Friday 8:30am to 5.00pm).

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. 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.

Previous publication concerning this procedure publication reference 2022/S 000-001357.

The tender deadline date is before 12 noon on 29 August 2022. Legal, economic, financial, and technical information Conditions for participation.

Objective rules and criteria for participation

Under the Public Services (Social Value) Act 2012, Contracting Authorities must consider:

(a) 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

(b) How, in conducting the process of procurement, they might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and

environmental well-being".

The basic principles that mirror that of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015 (as amended), ensuring a fair, open, and transparent process in accordance with NHS

(Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.

(MT Ref:226888)

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

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority/Commissioner 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 (SI 2015 No 102) (PCR 2015). Part 3 of the PCR 2015 provides for appeals to be made to the High Court subject to the time limitations and other required procedural steps. The rules relating to appeal are complex and dissatisfied bidders were 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