Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Morecambe Bay CCG
Moor Lane Mills
Lancaster
LA1 1QD
UK
E-mail: mlcsu.tendersnorth@nhs.net
NUTS: UKD
Internet address(es)
Main address: https://www.morecambebayccg.nhs.uk/
Address of the buyer profile: https://mlcsu.bravosolution.co.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://mlcsu.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://mlcsu.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NHS Morecambe Bay CCG - Lymphoedema Service
Reference number: L-22-03
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Midlands & Lancashire Commissioning Support Unit (CSU) is working on behalf of NHS Morecambe Bay CCG. This invitation to tender is for Lymphedema Services, in the Morecambe Bay area.
The objective of this procurement is to identify a provider who will provide a high quality, evidence-based, effective, equitable and accessible service for people with Lymphoedema, regardless of aetiology, that ensures improved patient outcomes in relation to clinical needs, quality of life, health and well-being for the populations of North Lancashire and South Cumbria.
The service will be able to meet multiple needs and will offer a choice of care options including outpatient appointments and domiciliary care. The service will also provide direct and telephone/video advice to clinicians in inpatient areas at a number of acute hospital sites controlled by University Hospitals of Morecambe Bay NHS Trust.
The overall objective of treatment is to achieve maximum improvement that empowers people with lymphoedema with the necessary skills to self-manage.
The maximum total value of the contract is £ 1,472,197 which includes a one off non-recurring staff development cost between £10,000 and £50,000 for year 1 only. The financial envelope for the delivery of the service is £1,422,197 over 7 years (5 years + 2 years optional extension at £203,171 per annum).
The contract length is for 5 years with an optional extension for 2 years until 31/3/2030.
The ITT will be live on Tuesday 28th June 2022 on the MLCSU Bravo portal (see below) & it will have a deadline for submissions on Friday 5th August 2022 at 12:00pm.
The deadline for submitting clarification questions on the tender is Monday 25th July 2022 16:00pm.
A provider engagement event is to be held on Thursday 7th July 2022 at 11.00am via MS Teams to discuss the requirements of the contract.
If you wish to participate in the engagement event, please e-mail mlcsu.tendersnorth@nhs.net to arrange attendance by 12:00pm on Tuesday 5th July 2022.
Interested providers are guided to the MLCSU eProcurement portal Bravo at https://mlcsu.bravosolution.co.uk to register their interest & gain access to this procurement's documents & more specific information.
The Commissioner reserves the right to reject bids that exceed the indicated budget.
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.
II.1.5) Estimated total value
Value excluding VAT:
1 472 197.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD
Main site or place of performance:
Morecambe Bay
II.2.4) Description of the procurement
Lymphoedema Servies
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 472 197.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2023
End:
31/03/2030
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The Commissioner reserves the right to reject bids that exceed the indicated budget.
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.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
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 procedure
which the Contracting Authority is following is set out in the procurement documents.
As the CCG 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.
Further details will be made available via documentation and information released during the tender
process.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/08/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
05/08/2022
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The maximum total value of the contract is £ 1,472,197 which includes a one off non-recurring staff development cost between £10,000 and £50,000 for year 1 only. The financial envelope for the delivery of the service £1,422,197 over 7 years (5 years + 2 years optional extension at £203,171 per annum).
VI.4) Procedures for review
VI.4.1) Review body
NHS Morecambe Bay CCG
Moor Lane Mills
Lancaster
LA1 1QD
UK
VI.5) Date of dispatch of this notice
27/06/2022