Section one: Contracting authority
one.1) Name and addresses
NHS Lancashire and South Cumbria Integrated Care Board
Jubilee House
Leyland
PR26 6TR
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
Telephone
+44 1642746918
Country
United Kingdom
NUTS code
UKC - North East (England)
Internet address(es)
Main address
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
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