Notice Information
Notice Title
NHS Cheshire & Merseyside ICB - Adult Autism Post-Diagnosis Support Service (AAPDSS) - Halton and Warrington Place
Notice Description
NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Cheshire & Merseyside Integrated Care Board (ICB) who are looking to undertake a Competitive Process for the provision of a Adult Autism Post-Diagnosis Support Service (AAPDSS) covering Halton and Warrington Places. Where an adult is on the waiting list for an autism assessment and the autism assessment provider has been identified as needing support whilst waiting (and will struggle without support during the wait time) they may be referred to this service by the assessment provider. The service will be accessed through referral only. Referrals will mainly be initiated by the adult autism assessment provider or via self-referral (or carer/family referring on behalf of individual as appropriate). Referrals can additionally be made by other service providers who work with adults with Autism Spectrum Conditions (ASC). The current service is due to end on Friday 31st January 2025. It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years. Any bid must not exceed the maximum financial envelope of PS60,000 per annum per place (Halton Place - PS60,000 and Warrington Place - PS60,000). Any bid that exceeds this criterion will be viewed as Non-Compliant and will take no further part in the procurement exercise. The total financial envelope is PS120,000 per annum for both places (PS600,000 for 3 years with an option to extend for 2 years), excl. VAT). The ITT will be live on Friday 27th September 2024 on the Atamis Portal. The deadline for submission will be Monday 28th October 2024 12:00pm mid day. The Commissioner reserves the right to reject bids that exceed the indicated budget per place. To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome). Should Tenderers have any queries, or have problems using the portal, they should contact the Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'. The questionnaires will be located within the requirements. Further details will be made available via documentation and information released during the tender process. The ICB has set an affordability threshold for each place. Bidders who submit a bid over the maximum contract values for each place will not achieve the score of a pass. The cost analysis will be based on the lowest total overall price submitted (for 3 years + 2 year optional extension). The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition. This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement.
Lot Information
Lot 1
The current service is due to end on Friday 31st January 2025. It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years. Any bid must not exceed the maximum financial envelope of PS60,000 per annum per place (Halton Place - PS60,000 and Warrington Place - PS60,000). Any bid that exceeds this criterion will be viewed as Non-Compliant and will take no further part in the procurement exercise. The total financial envelope is PS120,000 per annum for both places (PS600,000 for 3 years with an option to extend for 2 years), excl. VAT). The ITT will be live on Friday 27th September 2024 on the Atamis Portal. The deadline for submission will be Monday 28th October 2024 12:00pm mid day. The Commissioner reserves the right to reject bids that exceed the indicated budget per place. To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome). Should Tenderers have any queries, or have problems using the portal, they should contact the Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'. The questionnaires will be located within the requirements. Further details will be made available via documentation and information released during the tender process. The ICB has set an affordability threshold for each place. Bidders who submit a bid over the maximum contract values for each place will not achieve the score of a pass. The cost analysis will be based on the lowest total overall price submitted (for 3 years + 2 year optional extension). Additional information: The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition. This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement. The Authority reserves the right to make changes to the process as it sees necessary whilst adhering to those sections of the Provider Selection Regime regulations which lay out the principles for the competitive tendering process. The Authority will ensure that Bidders are made aware, in reasonable time, of any changes it makes to the process. All changes will be communicated through the Procurement portal messaging system, Atamis. The Contracting Authority is not voluntarily following any other part of the Regulations. Right to Cancel: The Contracting Authority reserves the right to discontinue the Competitive 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 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. 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. Further details will be made available via documentation and information released during the Competitive Process.
Renewal: It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04a3ca
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000221-2025
- 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
85100000 - Health services
Notice Value(s)
- Tender Value
- £600,000 £500K-£1M
- Lots Value
- £600,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Jan 20251 years ago
- Submission Deadline
- 28 Oct 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS CHESHIRE & MERSEYSIDE INTEGRATED CARE BOARD (ICB)
- Contact Name
- Not specified
- Contact Email
- mlcsu.tendersnorth@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- WARRINGTON
- Postcode
- WA1 1QY
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD61 Warrington
- Delivery Location
- TLD6 Cheshire, TLD7 Merseyside
-
- Local Authority
- Warrington
- Electoral Ward
- Bewsey and Whitecross
- Westminster Constituency
- Warrington South
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-04a3ca-2025-01-06T15:44:03Z",
"date": "2025-01-06T15:44:03Z",
"ocid": "ocds-h6vhtk-04a3ca",
"description": "This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. You can access the procurement documents at https://health-family.force.com/s/Welcome The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'. In the tender documents, particularly Annex 1 Invitation to Tender, this includes instructions on how to submit bids (which must be by electronic means) and what information should be included in the bid. Annex 4 Financial Model Handbook and Annex 7 Evaluation Model includes the contract award criteria (including the relative importance of the key criteria) and how the contract award criteria will be assessed, including the stages of the assessment.",
"initiationType": "tender",
"tender": {
"id": "WHISP266",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NHS Cheshire & Merseyside ICB - Adult Autism Post-Diagnosis Support Service (AAPDSS) - Halton and Warrington Place",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Cheshire & Merseyside Integrated Care Board (ICB) who are looking to undertake a Competitive Process for the provision of a Adult Autism Post-Diagnosis Support Service (AAPDSS) covering Halton and Warrington Places. Where an adult is on the waiting list for an autism assessment and the autism assessment provider has been identified as needing support whilst waiting (and will struggle without support during the wait time) they may be referred to this service by the assessment provider. The service will be accessed through referral only. Referrals will mainly be initiated by the adult autism assessment provider or via self-referral (or carer/family referring on behalf of individual as appropriate). Referrals can additionally be made by other service providers who work with adults with Autism Spectrum Conditions (ASC). The current service is due to end on Friday 31st January 2025. It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years. Any bid must not exceed the maximum financial envelope of PS60,000 per annum per place (Halton Place - PS60,000 and Warrington Place - PS60,000). Any bid that exceeds this criterion will be viewed as Non-Compliant and will take no further part in the procurement exercise. The total financial envelope is PS120,000 per annum for both places (PS600,000 for 3 years with an option to extend for 2 years), excl. VAT). The ITT will be live on Friday 27th September 2024 on the Atamis Portal. The deadline for submission will be Monday 28th October 2024 12:00pm mid day. The Commissioner reserves the right to reject bids that exceed the indicated budget per place. To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome). Should Tenderers have any queries, or have problems using the portal, they should contact the Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'. The questionnaires will be located within the requirements. Further details will be made available via documentation and information released during the tender process. The ICB has set an affordability threshold for each place. Bidders who submit a bid over the maximum contract values for each place will not achieve the score of a pass. The cost analysis will be based on the lowest total overall price submitted (for 3 years + 2 year optional extension). The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition. This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement.",
"value": {
"amount": 600000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The current service is due to end on Friday 31st January 2025. It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years. Any bid must not exceed the maximum financial envelope of PS60,000 per annum per place (Halton Place - PS60,000 and Warrington Place - PS60,000). Any bid that exceeds this criterion will be viewed as Non-Compliant and will take no further part in the procurement exercise. The total financial envelope is PS120,000 per annum for both places (PS600,000 for 3 years with an option to extend for 2 years), excl. VAT). The ITT will be live on Friday 27th September 2024 on the Atamis Portal. The deadline for submission will be Monday 28th October 2024 12:00pm mid day. The Commissioner reserves the right to reject bids that exceed the indicated budget per place. To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome). Should Tenderers have any queries, or have problems using the portal, they should contact the Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'. The questionnaires will be located within the requirements. Further details will be made available via documentation and information released during the tender process. The ICB has set an affordability threshold for each place. Bidders who submit a bid over the maximum contract values for each place will not achieve the score of a pass. The cost analysis will be based on the lowest total overall price submitted (for 3 years + 2 year optional extension). Additional information: The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition. This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement. The Authority reserves the right to make changes to the process as it sees necessary whilst adhering to those sections of the Provider Selection Regime regulations which lay out the principles for the competitive tendering process. The Authority will ensure that Bidders are made aware, in reasonable time, of any changes it makes to the process. All changes will be communicated through the Procurement portal messaging system, Atamis. The Contracting Authority is not voluntarily following any other part of the Regulations. Right to Cancel: The Contracting Authority reserves the right to discontinue the Competitive 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 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. 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. Further details will be made available via documentation and information released during the Competitive Process.",
"value": {
"amount": 600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
}
],
"deliveryAddresses": [
{
"region": "UKD6"
},
{
"region": "UKD7"
}
],
"deliveryLocation": {
"description": "Halton and Warrington Places"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://health-family.force.com/s/Welcome",
"communication": {
"atypicalToolUrl": "https://health-family.force.com/s/Welcome"
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2024-10-28T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2024-10-28T12:01:00Z"
},
"bidOpening": {
"date": "2024-10-28T12:01:00Z"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "NHS Midlands and Lancashire Commissioning Support Unit (MLCSU) is working on behalf of NHS Cheshire & Merseyside Integrated Care Board (ICB) who are looking to undertake a Competitive Process for the provision of a Adult Autism Post-Diagnosis Support Service (AAPDSS) covering Halton and Warrington Places. Where an adult is on the waiting list for an autism assessment and the autism assessment provider has been identified as needing support whilst waiting (and will struggle without support during the wait time) they may be referred to this service by the assessment provider. The service will be accessed through referral only. Referrals will mainly be initiated by the adult autism assessment provider or via self-referral (or carer/family referring on behalf of individual as appropriate). Referrals can additionally be made by other service providers who work with adults with Autism Spectrum Conditions (ASC). The current service is due to end on Friday 31st January 2025. It is the intention of the ICB to start commissioning a new contract from Monday 3rd February 2025 for 3 years, with an option to extend for a further 2 years. Any bid must not exceed the maximum financial envelope of PS60,000 per annum per place (Halton Place - PS60,000 and Warrington Place - PS60,000). Any bid that exceeds this criterion will be viewed as Non-Compliant and will take no further part in the procurement exercise. The total financial envelope is PS120,000 per annum for both places (PS600,000 for 3 years with an option to extend for 2 years), excl. VAT). The ITT will be live on Friday 27th September 2024 on the Atamis Portal. The deadline for submission will be Monday 28th October 2024 12:00pm mid day. The Commissioner reserves the right to reject bids that exceed the indicated budget per place. To express interest and participate in the Competitive Process, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome (https://health-family.force.com/s/Welcome). Should Tenderers have any queries, or have problems using the portal, they should contact the Helpdesk at: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk The Atamis contract reference is C288031 - 'C&M ICB Adult Autism Post-Diagnosis Support Service - Warrington and Halton'. The questionnaires will be located within the requirements. Further details will be made available via documentation and information released during the tender process. The ICB has set an affordability threshold for each place. Bidders who submit a bid over the maximum contract values for each place will not achieve the score of a pass. The cost analysis will be based on the lowest total overall price submitted (for 3 years + 2 year optional extension). The competitive tendering process to which this ITT relates to and further to which the Authority intends to purchase the Services as set out in regulation 11 of the provider selection regime 2023 for the award of a contract with a competition. This ITT has been made available to all Bidders who have expressed a potential interest in delivering this service in line with the requirements which fall under Regulation 11 for the award of a contract with a competition, and Schedule 1 of the Health Care Services (Provider Selection Regime) Regulations 2023. As such, the competitive tendering of these Services is being run as a bespoke, single-stage tender process as described in the documentation in this ITT, and in the Find a Tender contract notice advertisement."
},
"newValue": {
"text": "ABANDONMENT OF PROCUREMENT This is a Provider Selection Regime (PSR) notice. This provider selection process (Competitive Process) has been abandoned and a contract has not been awarded."
},
"where": {
"section": "II.1.4"
}
}
],
"description": "This is a Provider Selection Regime (PSR) notice. This provider selection process (Competitive Process) has been abandoned and a contract has not been awarded. This process has been abandoned under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply. The Contracting Authority has identified an issue with the criteria and scoring methodology for a number of questions and therefore has determined that it is not appropriate to continue with the process, in its current form. It is the Contracting Authority's intention to readvertise the opportunity in due course."
}
]
},
"parties": [
{
"id": "GB-NHS-OYD",
"name": "NHS Cheshire & Merseyside Integrated Care Board (ICB)",
"identifier": {
"legalName": "NHS Cheshire & Merseyside Integrated Care Board (ICB)",
"id": "OYD",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "No 1 Lakeside, 920 Centre Park",
"locality": "Warrington",
"region": "UKD",
"postalCode": "WA1 1QY",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "MLCSU.tendersnorth@nhs.net",
"url": "https://health-family.force.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.cheshireandmerseyside.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-91526",
"name": "NHS Cheshire & Merseyside Integrated Care Board",
"identifier": {
"legalName": "NHS Cheshire & Merseyside Integrated Care Board"
},
"address": {
"locality": "Warrington",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-NHS-QYG",
"name": "NHS Cheshire & Merseyside Integrated Care Board (ICB)",
"identifier": {
"legalName": "NHS Cheshire & Merseyside Integrated Care Board (ICB)",
"id": "QYG",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "No 1 Lakeside, 920 Centre Park",
"locality": "Warrington",
"region": "UKD",
"postalCode": "WA1 1QY",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "MLCSU.tendersnorth@nhs.net"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.cheshireandmerseyside.nhs.uk/"
}
}
],
"buyer": {
"id": "GB-NHS-QYG",
"name": "NHS Cheshire & Merseyside Integrated Care Board (ICB)"
},
"language": "en"
}