Published date: 8 November 2018
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Health and social work services - 85000000
Location of contract
North West
Value of contract
£1,400,000 to £1,869,266
Procurement reference
L-18-15a
Published date
8 November 2018
Closing date
10 December 2018
Contract start date
1 April 2019
Contract end date
31 March 2022
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
NHS west Lancashire Clinical Commissioning Group (WL CCG) are commissioning a provider to deliver primary medical services under an APMS contract for its extended access service. The CCG does not currently have delegated responsibility for Primary Medical Care therefore it should be noted that it is the intention of the CCG to use an APMS contract which will mean the contracting authority is NHSE. Contracts will be updated to reflect any future change in delegated responsibility.
The Commissioner wishes to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced Providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services required. The Provider must ensure services are designed so that they are appropriate to local need(s), accessible and convenient. It is important that the services are patient-centred and responsive to the need(s) of the local population. Please see service specification for further detail.
The Provider will be required to identify the location of a service in suitable
accommodation within the CCG footprint. The Service should be delivered from registered healthcare facilities within the CCG boundary. The Provider will need to be registered with the Care Quality Commission (CQC) to provide the service from this location. The location of the premises should be accessible by public transport and should have parking facilities. Premises should also be accessible by patient transportation service vehicles for those patients with a medical need for transportation.
The initial contract period is 2 years with an option to extend for a further 1 year and the estimated maximum value for this is £1,869.266. This will be to provide a service that delivers 45 mins per 1000 population year 1 and 60 mins per 1000 population year 2. Activity for year 3 will be negotiated in contract discussions.
To find out more or to respond to this opportunity please visit the NHS Midlands and Lancashire CSU e-sourcing portal at https://mlcsu.bravosolution.co.uk/web/login.shtml
More information
Additional text
-
Additional notes
"Light Touch Regime" services
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. The contracting authorities are not voluntarily following any other part of the Regulations.
The procedure which the contracting authorities are following is set out in the MOI and ITT. 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 2000 and the Environmental Information Regulations 2004. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance
To register on the Bravo portal
If your organisation has registered previously, you do not need to re-register.
1) Register on the portal webpage at https://mlcsu.bravosolution.co.uk (registration and use of the website is free of charge).
About the buyer
Contact name
Paula Williams
Address
MLCSU, Jubilee House, Leyland Business Park, Leyland,
Preston
PR26 6TR
England
Share this notice
Closing: 10 December 2018
All content is available under the
