Section one: Contracting authority
one.1) Name and addresses
NHS Cheshire & Merseyside Integrated Care Board
No 1 Lakeside, 920 Centre Park
Warrington
WA1 1QY
Contact
MLCSU Procurement Team
Country
United Kingdom
Region code
UKD - North West (England)
NHS Organisation Data Service
QYG
Internet address(es)
Main address
https://www.cheshireandmerseyside.nhs.uk/
Buyer's address
https://health-family.force.com/s/Welcome
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
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 Cheshire & Merseyside - Sefton Place - Medical Cover for IC Beds
Reference number
WHISP-196
two.1.2) Main CPV code
- 85121100 - General-practitioner services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Midlands and Lancashire CSU is supporting NHS Cheshire &Merseyside Integrated Care Board who is looking for a provider of Medical Cover for Intermediate Care Beds for Sefton place (Southport & Formby only).
two.1.5) Estimated total value
Value excluding VAT: £1,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD73 - Sefton
Main site or place of performance
Southport & Formby area of Sefton Place.
two.2.4) Description of the procurement
NHS Midlands and Lancashire CSU is supporting NHS Cheshire &Merseyside Integrated Care Board who is looking for a provider of Medical Cover for Intermediate Care Beds for Sefton place (Southport & Formby only).
This service is to provide primary care support to medically optimised patients as part of the intermediate care multidisciplinary team. This includes patients who have been stepped down from the acute hospital trust and patients who have been stepped up via the two-hour urgent care response service.
This cover will be provided five days per week from 8am to 6.30pm. Delivery will include ward round reviews, plus on-call arrangements for the management of those patients who have deteriorated and are at risk of hospital admission. This will be for a total of forty-six beds over two to three locations. The service will engage with multidisciplinary process and interface with secondary care, community geriatrician, pharmacy, and community services to ensure patient safety and manage patient flow. Thirty five of the forty-six are currently subject to a procurement exercise and the appointed provider of the medical cover will be notified of the provider of these thirty-five beds once the procurement exercise has been completed.
The contract is to be awarded for a start date of 1st April 2024 for an initial period of 3 years with the option to extend for a further 2-year period. The value of the contract is £300,000 per annum with a total of £1,500,00 over the total 5-year period.
The Authority has set an affordability threshold for the Procurement and reserves the right not to consider Bids that are unaffordable and above the affordability envelope of the project, or in in absence of an affordability envelope, this notice value. The Authority may seek clarification on bids that are unusually low or above the affordability threshold. Following clarification, it will reserve the right not to consider Bids that are either above the affordability threshold or unusually low.
Further information is available fromhttps://health-family.force.com/s/Welcome
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: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
This contract is subject to renewal
Yes
Description of renewals
The initial contract period will be from 1st April 2024 to 31st March 2027 with the option to extend to 31st March 2029.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 October 2023
Local time
12:00pm
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
Tender must be valid until: 31 March 2024
four.2.7) Conditions for opening of tenders
Date
31 October 2023
Local time
1:00pm
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 "Open" and the Contracting Authority wishes to clarify that this is not a Open 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 Integrated Care Board (ICB) 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 Cheshire & Merseyside Integrated Care Board
No1 Lakeside, 920 Centre Park
Warrington
WA1 1QY
Country
United Kingdom