Tender

OPPORTUNITY NOTICE - PROVISION OF MANAGEMENT OF HELICOBACTER PYLORI C13 UREA BREATH TEST SERVICE

NHS MIDLANDS AND LANCASHIRE COMMISSIONING SUPPORT UNIT

This public procurement record has 3 releases in its history.

TenderAmendment

15 Feb 2019 at 14:45

Tender

18 Jan 2019 at 14:12

Planning

18 Dec 2018 at 12:01

Summary of the contracting process

The NHS Midlands and Lancashire Commissioning Support Unit is initiating a procurement process for the "Provision of Management of Helicobacter Pylori C13 Urea Breath Test Service" aimed at maintaining a diverse provider market and enhancing patient choice within Leicester City. The tender is currently in the planning stage, with applications due by midday on 20th February 2019. Following the award, the service contract is set to commence on 1st April 2019 and will run for five years until 31st March 2024, in an open procurement method under the Light Touch Regime regulations.

This opportunity presents significant growth prospects for healthcare service providers with expertise in diagnostic testing and patient management services, particularly those experienced in operating NHS contracts. Suppliers capable of delivering healthcare services within Leicester's boundaries will be well-placed to participate in this tender, especially those aiming to enhance service accessibility in the region. With the procurement process allowing for new entrants to the market, businesses positioned to demonstrate their qualifications and capacity are encouraged to respond.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

OPPORTUNITY NOTICE - PROVISION OF MANAGEMENT OF HELICOBACTER PYLORI C13 UREA BREATH TEST SERVICE

Notice Description

This is a call for competition. NHS Leicester City CCG is re-commissioning its Management of Helicobacter Pylori C13 Urea Breath Test Service. This opportunity is to maintain a wide provider market and patient choice for this service by commissioning this as an AQP contract framework. The Commissioners wish 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 aims and objectives of the service are: * To satisfactorily deliver the H Pylori breath test service across Leicester City. * To enable appropriate and timely treatment for the management of dyspepsia * To improve the care of patients with dyspepsia symptoms through the provision of a standardised effective and evidence-based H. pylori service. * To ensure that all patients with dyspepsia requiring a H-Pylori test as per NICE guidelines have access to this test in a community setting * To improve access and choice for patients * To ensure that all requests for Endoscopy are appropriate and only those patients with "ALARM symptoms" are referred to secondary care providers. This will prevent unnecessary and inappropriate outpatient attendances which has an emphasis on providing better value for money * To ensure that the treatment and review of dyspeptic patients is documented on practice computer systems so that a register of patients with dyspepsia can be produced Please see service specification for further detail. In securing services from Providers, the Commissioner needs assurance of competence, quality and safety standards, just as it would for services secured under a formal tender process. Any provider will be eligible to join a list of qualified providers subject to demonstrating competency against the authority's specified criteria. The list will be open to new entrants to the market, and previous unsuccessful applicants subject to assessment. Providers must deliver the service from premises within Leicester City (as defined by the boundary of Leicester City council) The successful provider(s) will be expected to sign the standard NHS contract, accepting all terms and conditions. It should be noted that under the Any Qualified Provider model, there will be no guarantees of volume or payment in the contracts awarded. This contract is available until 31st March 2024. The contract duration will be for a period of 5 years. The ITT will be live on the 18th January 2019 on M&L CSU Bravo portal (see below) and it will have a deadline for submissions of 12:00 on the 20th February 2019. Clarifications may be asked during the procurement process up to a week before the ITT deadline, i.e. the deadline for submitting clarification questions on the tender is 17:00 18th February 2019. (to register on the ML CSU Bravo portal please see instructions in the attachment) Additional information: Interested providers are guided to the MLCSU eProcurement portal Bravo at https://mlcsu.bravosolution.co.uk to register their interest and gain access to this procurement's documents and more specific information. Please see next page for instructions on how to register on the portal. (to register on the ML CSU Bravo portal please see instructions on the following page). 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-c

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-3dd375c2-4b58-48aa-a994-306ca594210a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f6417b51-91b1-4296-bfb1-14bfaecbe50b
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

Notice Value(s)

Tender Value
£1
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
15 Feb 20197 years ago
Submission Deadline
20 Feb 2019Expired
Future Notice Date
8 Jan 2019Expired
Award Date
Not specified
Contract Period
31 Mar 2019 - 31 Mar 2024 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS MIDLANDS AND LANCASHIRE COMMISSIONING SUPPORT UNIT
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
RUGELEY
Postcode
WS15 1UL
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG24 Staffordshire CC
Delivery Location
TLF East Midlands (England)

Local Authority
Cannock Chase
Electoral Ward
Western Springs
Westminster Constituency
Cannock Chase

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-3dd375c2-4b58-48aa-a994-306ca594210a-2019-02-15T14:45:19Z",
    "date": "2019-02-15T14:45:19Z",
    "ocid": "ocds-b5fd17-3dd375c2-4b58-48aa-a994-306ca594210a",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "budget": {
            "budgetBreakdown": [
                {
                    "id": "1",
                    "period": {
                        "startDate": "2019-04-01T00:00:00+01:00",
                        "endDate": "2020-03-31T23:59:59+01:00"
                    },
                    "description": "2019/2020",
                    "amount": {
                        "amount": 114000,
                        "currency": "GBP"
                    }
                }
            ]
        },
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/12f8b338-941b-4203-9bc3-8b4d8722cd61",
                "datePublished": "2018-12-18T12:01:54Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "PIN",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/20f79d63-6703-4dd9-b89b-2cb1dde68713",
                "format": "application/pdf"
            }
        ]
    },
    "tender": {
        "id": "LLR-17-39c",
        "title": "OPPORTUNITY NOTICE - PROVISION OF MANAGEMENT OF HELICOBACTER PYLORI C13 UREA BREATH TEST SERVICE",
        "description": "This is a call for competition. NHS Leicester City CCG is re-commissioning its Management of Helicobacter Pylori C13 Urea Breath Test Service. This opportunity is to maintain a wide provider market and patient choice for this service by commissioning this as an AQP contract framework. The Commissioners wish 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 aims and objectives of the service are: * To satisfactorily deliver the H Pylori breath test service across Leicester City. * To enable appropriate and timely treatment for the management of dyspepsia * To improve the care of patients with dyspepsia symptoms through the provision of a standardised effective and evidence-based H. pylori service. * To ensure that all patients with dyspepsia requiring a H-Pylori test as per NICE guidelines have access to this test in a community setting * To improve access and choice for patients * To ensure that all requests for Endoscopy are appropriate and only those patients with \"ALARM symptoms\" are referred to secondary care providers. This will prevent unnecessary and inappropriate outpatient attendances which has an emphasis on providing better value for money * To ensure that the treatment and review of dyspeptic patients is documented on practice computer systems so that a register of patients with dyspepsia can be produced Please see service specification for further detail. In securing services from Providers, the Commissioner needs assurance of competence, quality and safety standards, just as it would for services secured under a formal tender process. Any provider will be eligible to join a list of qualified providers subject to demonstrating competency against the authority's specified criteria. The list will be open to new entrants to the market, and previous unsuccessful applicants subject to assessment. Providers must deliver the service from premises within Leicester City (as defined by the boundary of Leicester City council) The successful provider(s) will be expected to sign the standard NHS contract, accepting all terms and conditions. It should be noted that under the Any Qualified Provider model, there will be no guarantees of volume or payment in the contracts awarded. This contract is available until 31st March 2024. The contract duration will be for a period of 5 years. The ITT will be live on the 18th January 2019 on M&L CSU Bravo portal (see below) and it will have a deadline for submissions of 12:00 on the 20th February 2019. Clarifications may be asked during the procurement process up to a week before the ITT deadline, i.e. the deadline for submitting clarification questions on the tender is 17:00 18th February 2019. (to register on the ML CSU Bravo portal please see instructions in the attachment) Additional information: Interested providers are guided to the MLCSU eProcurement portal Bravo at https://mlcsu.bravosolution.co.uk to register their interest and gain access to this procurement's documents and more specific information. Please see next page for instructions on how to register on the portal. (to register on the ML CSU Bravo portal please see instructions on the following page). 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-c",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 440000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Open procedure (below threshold)",
        "communication": {
            "futureNoticeDate": "2019-01-08T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2019-04-01T00:00:00+01:00",
            "endDate": "2024-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "datePublished": "2019-01-18T14:12:34Z",
        "procurementMethod": "open",
        "tenderPeriod": {
            "endDate": "2019-02-20T23:59:59Z"
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/f6417b51-91b1-4296-bfb1-14bfaecbe50b",
                "datePublished": "2019-02-15T14:45:19Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Opportunity notice advert",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2a6fbc16-be50-4921-af22-62f8a5c280c4",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Opportunity notice advert",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/24ae9e2a-dd42-4488-9654-ca5fb1be1738",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "Opportunity notice advert",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/395d82b9-ca8d-4ed9-841c-38ce6e6b65b7",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "documentType": "biddingDocuments",
                "description": "Midlands and Lancashire CSU eTendering portal",
                "url": "https://mlcsu.bravosolution.co.uk/web/login.shtml"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-78747",
            "name": "NHS Midlands and Lancashire Commissioning Support Unit",
            "identifier": {
                "legalName": "NHS Midlands and Lancashire Commissioning Support Unit"
            },
            "address": {
                "streetAddress": "Anglesey House,Towers Business Park",
                "locality": "RUGELEY",
                "postalCode": "WS151UL",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Paulo Cabral",
                "email": "paulo.cabral@nhs.net"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-78747",
        "name": "NHS Midlands and Lancashire Commissioning Support Unit"
    }
}