Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Midlands and Lancashire CSU
Leyland House
Preston
PR26 6TT
UK
Telephone: +44 82872500
E-mail: mlcsu.tendersnorth@nhs.net
NUTS: UKD47
Internet address(es)
Main address: https://mlcsu.bravosolution.co.uk
I.1) Name and addresses
Chorley and South Ribble Clinical Commissining Group
Chorley House
Preston
UK
E-mail: mlcsu.tendersnorth@nhs.net
NUTS: UKD47
Internet address(es)
Main address: https://mlcsu.bravosolution.co.uk/
I.2) Joint procurement
The contract involves joint procurement
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
Contract for Primary Medical Care Provision for Station Surgery, Leyland (Chorley and South Ribble CCG)
Reference number: L20-07
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Chorley & South Ribble Clinical Commissioning Group (CCG) is inviting suitably experienced and qualified organisations to participate in this procurement for the contract for primary medical care provision at Station Surgery, Leyland.
There is currently a temporary caretaking arrangement in place at this practice which is due to end on the 31 July 2020 and a longer term arrangement is required to deliver the provision from 1 August 2020.
The CCG's intention is to award an Alternative Provider Medical Services (APMS) contract with a 10-year term with the option to extend for a further maximum 5 years.
The annual value of the contract is GBP 355 569.54 (total estimated value including extension option of GBP 5 333 543 over 15 years. The annual contract value is based on estimated income relating to the existing provision.
Practice information and service description
Station Surgery, 8 Golden Hill Lane, Leyland, PR25 3NP
Current patient list size: 2811 (as at April 2020)
II.1.5) Estimated total value
Value excluding VAT:
5 333 543.00
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:
UKD47
II.2.4) Description of the procurement
Enhanced services currently provided by the practice:
• anti-coagulation service (level 4),
• access to primary care services,
• diabetes management in adult patients level 4,
• treatment room/minor injury service,
• secondary care initiated drugs,
• routine ring pessary changes,
• NHS health checks,
• contraception,
• hep B at risk (newborn) babies vaccination programme,
• HPV completing dose (booster) vaccination programme,
• men B vaccination programme,
• meningococcal ACWY vaccination programme,
• MMR vaccination programme,
• pertussis in pregnant women,
• pneumococcal polysaccharide vaccination programme,
• rotavirus,
• shingles (catch up aged 78),
• shingles (routine aged 70),
• pneumococcal haemophilus influenza type B and men C.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service delivery
/ Weighting: 40.00 %
Quality criterion: Quality
/ Weighting: 10.00 %
Quality criterion: Workforce
/ Weighting: 25.00 %
Quality criterion: Equality
/ Weighting: 5.00 %
Quality criterion: Information, management and technology
/ Weighting: 5.00 %
Price
/ Weighting:
15.00 %
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2020
End:
31/07/2035
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
- Accelerated procedure
Justification:
In accordance with the regulatory provision for procuring services under a state of urgency, this procurement process is following an accelerated open procedure. There is a requirement for the services to commence 1 August 2020 due to expiry of the existing contract on 31 July 2020. The procurement timetable reflects the extreme level of urgency required to protect continuity of care for patients at a time of unprecedented emergency in the health and social care system resulting from the Covid-19 pandemic. This has placed additional unforeseen pressure on the capability of the CCG to follow its usual procurement timescales and it is deemed in the best interest of patients to procure the services via an accelerated procedure.
Therefore, bidders are urged to carefully review the constricted procurement timetable; to conduct early review of all of the procurement documentation and to raise any clarification questions as soon as possible and in accordance with the stipulated deadlines
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:
08/06/2020
Local time: 16:00
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:
08/06/2020
Local time: 16:00
Information about authorised persons and opening procedure:
The CCG will also endeavour to respond to clarifications as quickly as possible to assist bidders to produce the best possible tender.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
This procurement is for clinical 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’). Accordingly, the contracting authorities are only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7.
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.
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.
VI.4) Procedures for review
VI.4.1) Review body
Chorley and South Ribble Clinical Commissioning Group
Preston
UK
VI.5) Date of dispatch of this notice
22/05/2020