Social and other specific services – public contracts
Prior information notice - This notice is a call for competition
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: North Manchester CCG
Postal address: Third Floor, Newton Silk Mill, Holyoak Street, Newton Heath
Town: Manchester
NUTS code:
UKD3 Greater ManchesterPostal code: M40 1HA
Country: United Kingdom
Contact person: Laura Davies
E-mail:
laura_davies1@nhs.netInternet address(es): Main address:
http://www.northmanchesterccg.nhs.uk/ I.1)Name and addressesOfficial name: South Manchester CCG
Postal address: Parkway Business Centre, Princess Road
Town: Manchester
NUTS code:
UKD3 Greater ManchesterPostal code: M14 7LU
Country: United Kingdom
Contact person: Laura Davies
E-mail:
laura_davies1@nhs.netInternet address(es): Main address:
http://www.southmanchesterccg.nhs.uk/ I.1)Name and addressesOfficial name: Central Manchester CCG
Postal address: Parkway Business Centre, Princess Road
Town: Manchester
NUTS code:
UKD3 Greater ManchesterPostal code: M14 7LU
Country: United Kingdom
Contact person: Laura Davies
E-mail:
laura_davies1@nhs.netInternet address(es): Main address:
http://www.centralmanchesterccg.nhs.uk/ I.1)Name and addressesOfficial name: Manchester City Council
Postal address: Albert Square
Town: Manchester
NUTS code:
UKD3 Greater ManchesterPostal code: M60 2LA
Country: United Kingdom
Contact person: Laura Davies
E-mail:
laura_davies1@nhs.netInternet address(es): Main address:
http://www.manchester.gov.uk/ I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from another address:
Official name: NHS SBS
Postal address: Chandlers Point, Halyard Court, 31 Broadway
Town: Salford
NUTS code:
UKD3 Greater ManchesterPostal code: M50 2UW
Country: United Kingdom
Contact person: Laura Davies
E-mail:
laura_davies1@nhs.netInternet address(es): Main address:
https://www.sbs.nhs.uk/Address of the buyer profile:
https://www.sbs.nhs.uk/Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://nhssbs.eu-supply.com I.4)Type of the contracting authorityOther type: 3 bodies governed by public law, 1 local authority
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of a Local Care Organisation for the City of Manchester.
II.1.2)Main CPV code85000000 Health and social work services
II.1.3)Type of contractServices
II.1.4)Short description:
This opportunity is for a contract holder for a ‘Local Care Organisation’ (LCO) for a range of out of hospital health and care services for Manchester. The LCO is envisaged to operate through a ‘neighbourhood model’, with emphasis upon: local population health and prevention of ill health; connecting to community assets and building upon people's strengths and self-management skills; and targeted care support people's needs particularly as needs change and become more complex. The LCO will therefore have a critical coordination and cooperation role with system partners in order to contribute to substantial system financial pressures. To do this they will need to deliver sustainable, high quality, safe and affordable prevention, primary, community, secondary health and social care services, through a blend of direct and sub-contracted provision. Commissioners seek responses from interested Providers who wish to deliver the Services as set out in the Prospectus.
II.1.5)Estimated total valueValue excluding VAT: 5 900 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)85110000 Hospital and related services
85300000 Social work and related services
85310000 Social work services
85320000 Social services
85323000 Community health services
85121000 Medical practice services
85121100 General-practitioner services
85140000 Miscellaneous health services
85100000 Health services
II.2.3)Place of performanceNUTS code: UKD3 Greater Manchester
Main site or place of performance:
II.2.4)Description of the procurement:
Commissioners seek responses from interested Providers who wish to deliver the Services as set out in the Prospectus: i.e. an LCO for the population of Manchester with the aim of bringing together a range of health, social care and public health services to be delivered in the community. Interested Providers must complete and submit a Qualification Questionnaire (QQ). Providers are asked to indicate their proposed bidding model within their QQ response. Where Bidder Members are involved in the proposed model they should also complete required sections of the Qualification Questionnaire. Full details of this can be found in the Bidder Instruction Document. All documents are available electronically via EU Supply — https://nhssbs.eu-supply.com
The contract will be awarded without further advertisement of this opportunity and there will be no further opportunity to express interest.
II.2.6)Estimated valueValue excluding VAT: 5 900 000 000.00 GBP
II.2.7)Duration of the contract or the framework agreementDuration in months: 120
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The contract duration will be 10 years. The estimated budget for the ten year term is 5 900 000 000 GBP.
There will be a Bidder Information Event on Thursday 30th March 9:30-10:30 at The Irish Heritage Centre, Irish World Heritage Centre, 1 Irish Town Way, Cheetham Hill, M8 0RY. To register and for further details please go to https://nhssbs.eu-supply.com.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.4)Objective rules and criteria for participationList and brief description of rules and criteria:
See QQ Bidder Instruction Document for an overview of the procurement process. The QQ includes Grounds for Exclusion, Economic and Financial Standing and Technical and Professional Ability including:
— Contract Specific Technical Questions: A series of scored questions under the criteria of: (1) Deliverability; (2) Quality; (3) Integration and Transformation; and (4) Sustainability. Some questions ask bidders to refer to previous experience. Other questions ask bidders to explain their understanding of local requirements for the LCO and in some instances their proposed approach to delivery of the LCO and to obtain ‘assurance in principle’ from GP Federations. This flexibility of approach is utilised as permitted under the ‘light regime’.
— Standard Technical Questions: A series of pass/fail questions dealing with aspects relevant to service provision, for example, CQC Registration, Insurances, Regulatory etc.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions: Section IV: Procedure
IV.1)Description
IV.1.1)Form of procedureProcedure involving negotiations
IV.1.3)Information about framework agreement
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:
This will be a Qualification Stage followed by an Award Stage. The Award Stage will involve invitation of proposals which will be evaluated against award criteria and is also likely to include strategic dialogue. Further information will be provided in due course.
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interestDate: 28/04/2017
Local time: 17:00
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.5)Scheduled date for start of award procedures:
Section VI: Complementary information
VI.3)Additional information:
The main subject matter falls within the ‘light regime’ of Public Contracts Regulations. Commissioners will use flexibilities available under Regulations 74-76. The Contracting Authorities do not intend (and are not obliged) to follow specified procedures in the Regulations.
Over time, some services currently provided in the acute sector may be transferred to the LCO; commissioning intentions may result in the transfer of some low acuity, non-surgical (or non-complex surgical) services, into the LCO from year 3 (2020/21) at the earliest, and possibly thereafter over the contract term. For further information please see the Supplementary Information Document in Section 1.5 of the QQ Bidder Instruction Document.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Central Mancester CCG
Postal address: 2nd Floor Parkway Business Centre
Town: Manchester
Postal code: M14 7LA
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
In accordance with the Public Contracts Regulations 2015 and in particular Regulations 91 to 93.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:10/03/2017