Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS England – North (Cheshire and Merseyside)
Regatta Place, Summers Road, Brunswick Business Park
Liverpool
L3 4BL
UK
Telephone: +44 1642745000
E-mail: necsu.neprocurement@nhs.net
NUTS: UK
Internet address(es)
Main address: https://www.england.nhs.uk/north/
Address of the buyer profile: https://www.proactisplaza.com/supplierportal/?CID=NECS
I.1) Name and addresses
West Cheshire Clinical Commissioning Group
1829 Building, Countess of Chester Health Park, Liverpool Road, Chester
Cheshire
CH2 1HJ
UK
E-mail: necsu.neprocurement@nhs.net
NUTS: UKD63
Internet address(es)
Main address: https://www.westcheshireccg.nhs.uk/
Address of the buyer profile: https://www.proactisplaza.com/supplierportal/?CID=NECS
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
NHS West Cheshire Clinical Commissioning Group
1829 Building
Countess of Chester Health Park
Liverpool Road
Chester,
Cheshire
CH2 1HJ
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.proactisplaza.com/supplierportal/?CID=NECS
Additional information can be obtained from another address:
North of England Commissioning Support
Teesdale House Westpoint Road Thornaby
Stockton-on-Tees
TS17 6BL
UK
E-mail: necsu.neprocurement@nhs.net
NUTS: UKC11
Internet address(es)
Main address: http://www.necsu.nhs.uk
Address of the buyer profile: www.proactisplaza.com/supplierportal/?CID=NECS
Tenders or requests to participate must be sent electronically to:
https://www.proactisplaza.com/supplierportal/?CID=NECS
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
NHSE512 — Alternative Provider Medical Service — Old Hall Surgery
Reference number: NHSE512
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
North of England Commissioning Support (NECS) is a commissioning support service hosted by NHS England (NHSE) and is managing this procurement process for and on behalf of NHS England (North) Cheshire and Merseyside (the Contracting Authority) and NHS West Cheshire Clinical Commissioning Group (the commissioner) who are accountable for the provision of Alternative Provider Medical Services (APMS) in West Cheshire under co-commissioning arrangements.
The commissioner is proposing to commission APMS to be delivered from Old Hall Surgery, 26 Stanney Lane, Ellesmere Port, CH65 9AD.
II.1.5) Estimated total value
Value excluding VAT:
2 398 024.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
85120000
85121000
85121100
II.2.3) Place of performance
NUTS code:
UKD63
Main site or place of performance:
Old Hall Surgery, 26 Stanney Lane, Ellesmere Port, CH65 9AD.
II.2.4) Description of the procurement
Alternative Provider Medical Services (APMS) to be delivered from Old Hall Surgery, 26 Stanney Lane, Ellesmere Port, CH65 9AD. This tender is for a contract term of 4 years commencing 1.9.2019 and concluding 31.8.2023; however there is a preference for a contract term of an initial 4 years with the option to extend the contract for 3 years and a further extension of 3 years (10 years in total) which is subject to outstanding approval of NHS England Commercial Executive Group (CEG).
Bidders are to note that the commissioner will allow a variant bid based upon the preferred 10 year contract term along with a bid on the initial 4 year contract term.
The annual financial capitation payments will be based on the GMS rate less out of hours opt-out currently 89,88 GBP per weighted patient with a weighted patient list size of 6 057 equating to an annual value of 544 403 GBP. In addition the Direct Enhanced Service (DES) and Quality and Outcome Framework (FOQ) based on estimated levels of activity currently valued at 55 103 GBP per annum. The total annual contract value is estimated at 599 506 GBP. The 4 year contract is estimated at 2 398 024 GBP and the 10 year variant bid is estimated at 5 995 060 GBP.
Bidders who wish to submit a variant bid based on the 10 year contract term must also submit a bid on the 4 year contract term. As mentioned the commissioner has a preference for a 10 year contract term but this has not been approved and therefore a 10 year contract term cannot be guaranteed.
The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education, and certain other service contracts).
Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and
(b) how, in conducting the process of procurement, it 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”.
This procurement will be conducted via the NECS e-Tendering system and as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the e-Tendering portal.
To express an interest in tendering for this procurement, please register on the e-Tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.
Please note that it is free to register on the e-Tendering portal, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).
The Contracting Authority, the commissioner, and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.
The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.
Tender documentation will be available via the e-Tendering portal from 12:00 noon on 1.5.2019 with a tender return time and date of 12:00 noon on 30.5.2019.
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 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.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education, and certain other service contracts).
Bidders who wish to submit a variant bid based on the 10-year contract term must also submit a bid on the 4-year contract term. As mentioned the commissioner has a preference for a 10-year contract term but this has not been approved and therefore a 10-year contract term cannot be guaranteed.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per the ITT documentation.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at: (URL)
http://www.legislation.gov.uk/uksi/2015/102/contents/made
IV.1.11) Main features of the award procedure:
The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education, and certain other service contracts).
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/05/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.3) Additional information
This procurement will be conducted via the NECS e-Tendering system and as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the e-Tendering portal.
To express an interest in tendering for this procurement, please register on the e-Tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.
Please note that it is free to register on the e-Tendering portal, which can be accessed at any time of day.
Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).
The Contracting Authority, the Commissioner, and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.
The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.
Tender documentation will be available via the e-Tendering portal from 12:00 noon on 1.5.2019 with a tender return time and date of 12:00 noon on 30.5.2019.
(MT Ref:215723)
VI.4) Procedures for review
VI.4.1) Review body
North of England Commissioning Support Unit
Teesdale House, Thornaby
Stockton-on-Tees
TS17 6BL
UK
Telephone: +44 1642745000
E-mail: necsu.neprocurement@nhs.net
Internet address(es)
URL: http://www.necsu.nhs.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority acted 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 tenderers were advised to take their own prompt legal advice.
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice — The High Court
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
Internet address(es)
URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date of dispatch of this notice
29/04/2019