Tender

Tier 4 Bariatrics Service

NHS CHORLEY & SOUTH RIBBLE CCG

This public procurement record has 1 release in its history.

Tender

13 Apr 2022 at 17:18

Summary of the contracting process

The NHS Chorley & South Ribble CCG is currently conducting a tender for the "Tier 4 Bariatrics Service," aimed at providing weight management services in Lancashire, Cumbria, and Merseyside. The procurement process, classified under health and social work services (CPV 85000000), is in the active stage and is structured around two lots: Lot 1 for Lancashire and Cumbria CCGs, and Lot 2 for Merseyside CCGs. The deadline for submissions is set for 27th May 2022 at 12:00 pm, with the contract period commencing on 1st November 2022 and lasting for five years, with an option to extend by two additional years. The total value for both lots is approximately £22,864,443.

This tender presents significant opportunities for businesses specialising in health services, particularly those familiar with bariatric care and weight management. Providers capable of ensuring service accessibility tailored to the local patient populations within the specified geographical areas will find this procurement particularly relevant. Additionally, as one of the awarded providers in each lot must be an NHS Acute provider, businesses from both the NHS and independent sectors are encouraged to participate, leveraging their expertise in service delivery and quality governance.

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

Tier 4 Bariatrics Service

Notice Description

NHS Midlands & Lancashire Commissioning Support Unit (CSU) is working on behalf of Lancashire, Cumbria and Merseyside CCGs. This invitation to tender is for Tier 4 Bariatric & Weight Loss Service in Lancashire, Cumbria and Merseyside. Please note this may be extended to include NHS Cheshire CCG as a commissioning organisation to be added to the contract at a later date following the award of contract. This procurement is based on two lots around the geographical areas as detailed above: Lot 1: Lancashire and Cumbria CCGs and Lot 2: Merseyside CCGs (with Cheshire CCG potentially coming on board at a later stage). Providers will need to consider as part of their submission how the service will be accessible to the patient population within the lot's geographical area that they bid for. It is anticipated that the referrals received by the successful provider(s) will be predominantly from patients registered within the lot's geographical area. However due to patient choice, there will be an expectation that all successful providers from this procurement will still accept referrals from all patients across Lancashire, Cumbria and Merseyside. A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder. This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway. The ITT will be live on Thursday 14th April 2022 on the MLCSU Bravo portal (see below) & it will have a deadline for submissions on Friday 27th May 2022 12:00pm. The contract is for 5 years with an option to extend for 2 years. The Commissioner reserves the right to reject bids that exceed the indicated budget. 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. The Indicative Financial Cost Envelope for Lancashire and Cumbria (based on 100% activity) is PS1,401,139 per annum (at 2021/22 tariff prices). So 5 years total would be PS7,005,695, with an option to extend for a further 2 years (PS2,802,278) gives a total indicative contract value for Lot 1 of PS9,807,973. The Indicative Financial Cost Envelope for Merseyside (including Wirral and Warrington) (based on 100% activity) is PS1,865,210 per annum (at 2021/22 tariff prices). So for 5 years total would be PS9,326,050, with an option to extended for a further 2 years (PS3,730,420) gives a total indicative contract value for Lot 2 of PS13,056,470. Total for both lots PS22,864,443

Lot Information

Lot 1 Lancashire and Cumbria CCGs

This procurement is based on two lots around the geographical areas as detailed above: Lot 1: Lancashire and Cumbria CCGs. NHS Blackburn with Darwen CCG NHS Blackpool CCG NHS Greater Preston CCG NHS Chorley & South Ribble CCG NHS East Lancashire CCG NHS West Lancashire CCG NHS Fylde & Wyre CCG NHS Morecambe Bay CCG NHS North Cumbria CCG The Indicative Financial Cost Envelope for Lancashire and Cumbria (based on 100% activity) is PS1,401,139 per annum (at 2021/22 tariff prices). So 5 years total would be PS7,005,695, with an option to extend for a further 2 years (PS2,802,278) gives a total indicative contract value for Lot 1 of PS9,807,973. Additional information: A project has been set up to recommission weight management services across Lancashire, Cumbria, and Merseysidewith NHS Chorley and South Ribble CCG appointed as the commissioning lead. During this time, interim contract arrangements have been in place with three Tier 4 Bariatric providers and will remain in place until new contracts are awarded through this procurement process.

Options: A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder. This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway.

Lot 2 Merseyside CCGs

This procurement is based on two lots around the geographical areas as detailed above: Lot 2: Merseyside CCGs. NHS Halton CCG NHS Knowsley CCG NHS Liverpool CCG NHS South Sefton CCG NHS Southport and Formby CCG NHS St Helens CCG NHS Warrington CCG NHS Wirral CCG Please note this may be extended to include NHS Cheshire CCG as a commissioning organisation to be added to the contract at a later date following the award of contract. The Indicative Financial Cost Envelope for Merseyside (including Wirral and Warrington) (based on 100% activity) is PS1,865,210 per annum (at 2021/22 tariff prices). So for 5 years total would be PS9,326,050, with an option to extended for a further 2 years (PS3,730,420) gives a total indicative contract value for Lot 2 of PS13,056,470. Additional information: A project has been set up to recommission weight management services across Lancashire, Cumbria, and Merseyside with NHS Chorley and South Ribble CCG appointed as the commissioning lead. During this time, interim contract arrangements have been in place with three Tier 4 Bariatric providers and will remain in place until new contracts are awarded through this procurement process.

Options: A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder. This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032d8b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009967-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
£22,864,443 £10M-£100M
Lots Value
£22,864,443 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Apr 20223 years ago
Submission Deadline
27 May 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Nov 2022 - 31 Oct 2029 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NHS CHORLEY & SOUTH RIBBLE CCG
Contact Name
Not specified
Contact Email
mlcsu.tendersnorth@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
PRESTON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-h6vhtk-032d8b-2022-04-13T18:18:41+01:00",
    "date": "2022-04-13T18:18:41+01:00",
    "ocid": "ocds-h6vhtk-032d8b",
    "description": "The successful providers will be expected to deliver the new specification. It is also anticipated that commissioners may wish to work with the new providers going forward to further develop the Tier 4 pathway in line with National and local requirements. For example, commissioners may wish to work with providers to consider potential changes to be made to the eligibility criteria for the service to become more accessible based on clinical urgency following consultation.",
    "initiationType": "tender",
    "tender": {
        "id": "L20-02",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Tier 4 Bariatrics Service",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS Midlands & Lancashire Commissioning Support Unit (CSU) is working on behalf of Lancashire, Cumbria and Merseyside CCGs. This invitation to tender is for Tier 4 Bariatric & Weight Loss Service in Lancashire, Cumbria and Merseyside. Please note this may be extended to include NHS Cheshire CCG as a commissioning organisation to be added to the contract at a later date following the award of contract. This procurement is based on two lots around the geographical areas as detailed above: Lot 1: Lancashire and Cumbria CCGs and Lot 2: Merseyside CCGs (with Cheshire CCG potentially coming on board at a later stage). Providers will need to consider as part of their submission how the service will be accessible to the patient population within the lot's geographical area that they bid for. It is anticipated that the referrals received by the successful provider(s) will be predominantly from patients registered within the lot's geographical area. However due to patient choice, there will be an expectation that all successful providers from this procurement will still accept referrals from all patients across Lancashire, Cumbria and Merseyside. A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder. This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway. The ITT will be live on Thursday 14th April 2022 on the MLCSU Bravo portal (see below) & it will have a deadline for submissions on Friday 27th May 2022 12:00pm. The contract is for 5 years with an option to extend for 2 years. The Commissioner reserves the right to reject bids that exceed the indicated budget. 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. The Indicative Financial Cost Envelope for Lancashire and Cumbria (based on 100% activity) is PS1,401,139 per annum (at 2021/22 tariff prices). So 5 years total would be PS7,005,695, with an option to extend for a further 2 years (PS2,802,278) gives a total indicative contract value for Lot 1 of PS9,807,973. The Indicative Financial Cost Envelope for Merseyside (including Wirral and Warrington) (based on 100% activity) is PS1,865,210 per annum (at 2021/22 tariff prices). So for 5 years total would be PS9,326,050, with an option to extended for a further 2 years (PS3,730,420) gives a total indicative contract value for Lot 2 of PS13,056,470. Total for both lots PS22,864,443",
        "value": {
            "amount": 22864443,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2,
            "awardCriteriaDetails": "The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder."
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 Lancashire and Cumbria CCGs",
                "description": "This procurement is based on two lots around the geographical areas as detailed above: Lot 1: Lancashire and Cumbria CCGs. NHS Blackburn with Darwen CCG NHS Blackpool CCG NHS Greater Preston CCG NHS Chorley & South Ribble CCG NHS East Lancashire CCG NHS West Lancashire CCG NHS Fylde & Wyre CCG NHS Morecambe Bay CCG NHS North Cumbria CCG The Indicative Financial Cost Envelope for Lancashire and Cumbria (based on 100% activity) is PS1,401,139 per annum (at 2021/22 tariff prices). So 5 years total would be PS7,005,695, with an option to extend for a further 2 years (PS2,802,278) gives a total indicative contract value for Lot 1 of PS9,807,973. Additional information: A project has been set up to recommission weight management services across Lancashire, Cumbria, and Merseysidewith NHS Chorley and South Ribble CCG appointed as the commissioning lead. During this time, interim contract arrangements have been in place with three Tier 4 Bariatric providers and will remain in place until new contracts are awarded through this procurement process.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Quality & Governance - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "35"
                        },
                        {
                            "name": "Workforce - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Information Management & Technology - Pass/ Fail, Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Information Governance - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Equalities - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Lot Specific Service Delivery - Scored",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Lot Specific Social Value - Scored",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Lot Specific Workforce - Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Health & Safety - Pass / Fail",
                            "type": "quality",
                            "description": "0"
                        },
                        {
                            "type": "price",
                            "description": "0 - pass / fail"
                        }
                    ]
                },
                "value": {
                    "amount": 9807973,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-11-01T00:00:00Z",
                    "endDate": "2029-10-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder. This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway."
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2 Merseyside CCGs",
                "description": "This procurement is based on two lots around the geographical areas as detailed above: Lot 2: Merseyside CCGs. NHS Halton CCG NHS Knowsley CCG NHS Liverpool CCG NHS South Sefton CCG NHS Southport and Formby CCG NHS St Helens CCG NHS Warrington CCG NHS Wirral CCG Please note this may be extended to include NHS Cheshire CCG as a commissioning organisation to be added to the contract at a later date following the award of contract. The Indicative Financial Cost Envelope for Merseyside (including Wirral and Warrington) (based on 100% activity) is PS1,865,210 per annum (at 2021/22 tariff prices). So for 5 years total would be PS9,326,050, with an option to extended for a further 2 years (PS3,730,420) gives a total indicative contract value for Lot 2 of PS13,056,470. Additional information: A project has been set up to recommission weight management services across Lancashire, Cumbria, and Merseyside with NHS Chorley and South Ribble CCG appointed as the commissioning lead. During this time, interim contract arrangements have been in place with three Tier 4 Bariatric providers and will remain in place until new contracts are awarded through this procurement process.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Service Delivery - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Quality & Governance - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "35"
                        },
                        {
                            "name": "Workforce - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Information Management & Technology - Pass/ Fail, Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Information Governance - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Equalities - Pass / Fail, Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Lot Specific Service Delivery - Scored",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Lot Specific Social Value - Scored",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Lot Specific Workforce - Scored",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Health & Safety - Pass / Fail",
                            "type": "quality",
                            "description": "0"
                        },
                        {
                            "type": "price",
                            "description": "0 - pass / fail"
                        }
                    ]
                },
                "value": {
                    "amount": 13056470,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2022-11-01T00:00:00Z",
                    "endDate": "2029-10-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "A maximum of 2 providers may be selected in each lot, one of which must be an NHS Acute provider. There will be a maximum of 4 providers across both lots. The highest scoring NHS Acute Provider for each lot will be recommended as a successful bidder. Secondary, the highest scoring bidder, whether this is another bidder from the NHS Acute sector or another bidder from the Independent Sector, they will also be recommended as a successful bidder. This lotting strategy and approach to awarding contracts is to ensure market stability and to ensure the availability of critical care facilities (provided by an NHS Acute Provider) as part of the Bariatric Emergency Pathway."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lancashire and Cumbria"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Merseyside CCGs"
                },
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://mlcsu.bravosolution.co.uk/",
        "communication": {
            "atypicalToolUrl": "https://mlcsu.bravosolution.co.uk/"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "List and brief description of conditions: This procurement is for Social and other specific 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') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made. 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. Further details will be made available via documentation and information released during the tender process.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The Commissioner reserves the right to reject bids that exceed the indicated budget. 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."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-05-27T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-11-01T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2022-05-27T12:01:00+01:00"
        },
        "bidOpening": {
            "date": "2022-05-27T12:01:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-50050",
            "name": "NHS Chorley & South Ribble CCG",
            "identifier": {
                "legalName": "NHS Chorley & South Ribble CCG"
            },
            "address": {
                "streetAddress": "Chorley House",
                "locality": "Preston",
                "region": "UKD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "mlcsu.tendersnorth@nhs.net",
                "url": "https://mlcsu.bravosolution.co.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://mlcsu.bravosolution.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-50051",
            "name": "NHS Chorley & South Ribble CCG",
            "identifier": {
                "legalName": "NHS Chorley & South Ribble CCG"
            },
            "address": {
                "locality": "Chorley House",
                "postalCode": "PR26 6TT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-50050",
        "name": "NHS Chorley & South Ribble CCG"
    },
    "language": "en"
}