Alternative Provider Medical Services for Bolton
To commission Alternative Provider Medical Services at the premises currently known as Shanti Medical Centre within the locality of Bolton.
United Kingdom-Manchester: Health and social work services
2019/S 074-176397
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Manchester
M1 3BN
United Kingdom
Telephone: +44 1642745000
E-mail: necsu.neprocurement@nhs.net
NUTS code: UKD3
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Login
I.2)Information about joint procurement
I.3)Communication
Teesdale House, Westpoint Road
Stockton-on-Tees
TS17 6BL
United Kingdom
E-mail: necsu.neprocurement@nhs.net
NUTS code: UKD3
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Alternative Provider Medical Services for Bolton
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
North of England Commissioning Support is working for and on behalf of NHS England Greater Manchester Health and Social Care Partnership and NHS Bolton Clinical Commissioning Group (Contracting Authorities) who wish to commission Alternative Provider Medical Services (APMS) at the premises currently known as Shanti Medical Centre within the locality of Bolton.
The term for the contract will be 8 years with the option to extend for a further 2 years, subject to satisfactory financial and contractual performance, with effect from 1.10.2019.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Bolton
II.2.4)Description of the procurement:
North of England Commissioning Support is working for and on behalf of NHS England (North) Greater Manchester Health and Social Care Partnership (GMH&SCP) and NHS Bolton Clinical Commissioning Group (the Contracting Authorities) who wish to commission Alternative Provider Medical Services (APMS) at the premises currently known as Shanti Medical Centre within the locality of Bolton.
The term for the contract will be 8 years with the option to extend for a further 2 years, subject to satisfactory financial and contractual performance, with effect from 1.10.2019.The basic principles that mirror that of the open procurement route will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with The Public Contracts Regulations 2015.
Under the Public Services (Social Value) Act 2012 the Contracting Authorities 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 Authorities relating to economic, social and environmental well-being.
NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the PROACTIS portal https://www.proactisplaza.com/SupplierPortal/?CID=NECS
It is free to register on the portal, and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the Proactis helpdesk via:
Suppliersupport@proactis.com or
http://proactis.kayako.com/suppliernetwork/Core/Default/Index
The helpdesk is open Monday – Friday between 9:00 a.m. – 5:30 p.m.
Tender documentation will be available on e-tendering site on 12.4.2019
The closing date for submission of tenders is 12:00 noon 17.5.2019.
II.2.7)Duration of the contract or the framework agreement
II.2.13)Information about European Union funds
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.1.4)Objective rules and criteria for participation
“Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
(a) how what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions;
and
(b) how, in conducting the process of procurement, they 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”. 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).”
Section IV: Procedure
IV.1.1)Form of procedure
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:
Public contracts for Health, Social, Education, and certain other Service Contracts listed in Schedule 3 of the Public Contracts Regulations 2015 (SI 2015 No 102) (PCR 2015) shall be awarded in accordance with Chapter 3 Section 7 Regulation 74 to 77 of PCR 2015.
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.3)Additional information:
“This procurement will be conducted via the NECS e-tendering system (Proactis) 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 Proactis portal.
Should you have any queries, or are having problems registering on the portal, you should contact the eTendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 9:00 a.m. to 5:00 p.m.).
Please note that it is free to register on Proactis, which can be accessed at any time of day.
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 Public Contracts Regulations 2015 (SI 2015 No 102).
(MT Ref:215602)
VI.4.1)Review body
Teesdale House, Westpoint Road
Stockton-on-Tees
TS17 6BL
United KingdomInternet address: http://www.necsu.nhs.uk
VI.4.2)Body responsible for mediation procedures
Teesdale House
Stockton-on-Tees
TS17 6BL
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will act in accordance with the Public Contracts Regulations 2015. Part 3 of these regulations provides for appeals to be made to the High Court subject to time limitations and other required procedural steps. The rules relating to appeal are complex and a dis-satisfied bidder is advised to take their own prompt legal advice.
VI.4.4)Service from which information about the review procedure may be obtained
Strand
London
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice: