Notice Information
Notice Title
Cheshire East and Vale Royal GP Special Allocation Scheme (SAS) Service
Notice Description
NHS Midlands and Lancashire Commissioning Support Unit is acting as an agent on behalf of NHS Cheshire & Merseyside ICB, who is looking to procure a GP Special Allocation Scheme (SAS) Service in Cheshire East Place and the Vale Royal area of Cheshire West Place.
Lot Information
Lot 1
NHS Midlands and Lancashire Commissioning Support Unit is acting as an agent on behalf of NHS Cheshire & Merseyside ICB, who is looking to procure a GP Special Allocation Scheme (SAS) Service in Cheshire East Place and the Vale Royal area of Cheshire West Place. For information about the geographic areas this service will cover, please visit the ICB's website: www.cheshireandmerseyside.nhs.uk The GP Special Allocation Scheme is for patients who have been referred by their existing GP. There are currently 27 patients that are being treated in the Scheme. Full details of the service are set out in the Service Specification - please see information later in this section regarding how to access this documentation. The service provider would be expected to have sufficient staff with competencies and skills to treat the patients within the Scheme. The proposed contact duration is 4 years and 3 months to end 30th September 2029 with the option to extend for a further 4-year period with mutual consent. The proposed contract value is based on the following offered costs: PS2,000 retainer per annum Cost per consultation - PS88.79 Cost per in hours Consultation - PS111.19 Telephone Consultation - PS50.54 The above rates will equate to approximately PS16,000 per annum for the entire patient cohort. The total contract value for the 4-year 3-month contract period plus the optional 4-year extension period is expected to be PS136,000. This contract value is subject to final confirmation by the ICB. This procurement is being carried out 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 available via https://atamis-1928.my.site.com/s/Welcome, and in this Find a Tender contract notice advertisement. Additional information: A preliminary engagement notice was published with following details: F01: Prior information notice (prior information only) Notice identifier: 2024/S 000-040985 Procurement identifier (OCID): ocds-h6vhtk-04c99d Published 19 December 2024, 2:06pm Also: F14: Notice for changes or additional information Notice identifier: 2025/S 000-001367 Procurement identifier (OCID): ocds-h6vhtk-04c99d Published 15 January 2025, 1:53pm
Renewal: An optional extension of 4 years may be required by the Authority. This may result in a contract end date of 30/09/2033.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fe56
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014741-2025
- 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
85121000 - Medical practice services
Notice Value(s)
- Tender Value
- £136,000 £100K-£500K
- Lots Value
- £136,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Apr 202510 months ago
- Submission Deadline
- 25 Apr 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2025 - 30 Sep 2029 4-5 years
- 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 AND MERSEYSIDE ICB
- Contact Name
- Helen Graham
- 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
- TLD62 Cheshire East, TLD63 Cheshire West and Chester
-
- 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-04fe56-2025-04-11T16:09:29+01:00",
"date": "2025-04-11T16:09:29+01:00",
"ocid": "ocds-h6vhtk-04fe56",
"initiationType": "tender",
"tender": {
"id": "WHISP-337",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Cheshire East and Vale Royal GP Special Allocation Scheme (SAS) Service",
"classification": {
"scheme": "CPV",
"id": "85121000",
"description": "Medical practice services"
},
"mainProcurementCategory": "services",
"description": "NHS Midlands and Lancashire Commissioning Support Unit is acting as an agent on behalf of NHS Cheshire & Merseyside ICB, who is looking to procure a GP Special Allocation Scheme (SAS) Service in Cheshire East Place and the Vale Royal area of Cheshire West Place.",
"amendments": [
{
"id": "2",
"unstructuredChanges": [
{
"newValue": {
"text": "The proposed contract value is based on the following offered costs: PS2,000 retainer per annum Cost per in hours Consultation - PS111.19 Telephone Consultation - PS50.54"
},
"where": {
"section": "II.2.4",
"label": "Offered Costs"
}
},
{
"newValue": {
"date": "2025-05-07T12:00:00+01:00"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
},
{
"newValue": {
"date": "2025-08-01"
},
"where": {
"section": "II.2.7",
"label": "Start date - to be confirmed by the Contracting Authority"
}
}
]
}
],
"status": "active",
"value": {
"amount": 136000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "NHS Midlands and Lancashire Commissioning Support Unit is acting as an agent on behalf of NHS Cheshire & Merseyside ICB, who is looking to procure a GP Special Allocation Scheme (SAS) Service in Cheshire East Place and the Vale Royal area of Cheshire West Place. For information about the geographic areas this service will cover, please visit the ICB's website: www.cheshireandmerseyside.nhs.uk The GP Special Allocation Scheme is for patients who have been referred by their existing GP. There are currently 27 patients that are being treated in the Scheme. Full details of the service are set out in the Service Specification - please see information later in this section regarding how to access this documentation. The service provider would be expected to have sufficient staff with competencies and skills to treat the patients within the Scheme. The proposed contact duration is 4 years and 3 months to end 30th September 2029 with the option to extend for a further 4-year period with mutual consent. The proposed contract value is based on the following offered costs: PS2,000 retainer per annum Cost per consultation - PS88.79 Cost per in hours Consultation - PS111.19 Telephone Consultation - PS50.54 The above rates will equate to approximately PS16,000 per annum for the entire patient cohort. The total contract value for the 4-year 3-month contract period plus the optional 4-year extension period is expected to be PS136,000. This contract value is subject to final confirmation by the ICB. This procurement is being carried out 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 available via https://atamis-1928.my.site.com/s/Welcome, and in this Find a Tender contract notice advertisement. Additional information: A preliminary engagement notice was published with following details: F01: Prior information notice (prior information only) Notice identifier: 2024/S 000-040985 Procurement identifier (OCID): ocds-h6vhtk-04c99d Published 19 December 2024, 2:06pm Also: F14: Notice for changes or additional information Notice identifier: 2025/S 000-001367 Procurement identifier (OCID): ocds-h6vhtk-04c99d Published 15 January 2025, 1:53pm",
"awardCriteria": {
"criteria": [
{
"name": "Quality and Innovation",
"type": "quality",
"description": "55"
},
{
"name": "Integration, Collaboration, and Service Sustainability",
"type": "quality",
"description": "20"
},
{
"name": "Improving access, reducing health inequalities, and facilitating choice",
"type": "quality",
"description": "15"
},
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "Pass/Fail"
}
]
},
"value": {
"amount": 136000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-07-01T00:00:00+01:00",
"endDate": "2029-09-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "An optional extension of 4 years may be required by the Authority. This may result in a contract end date of 30/09/2033."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKD62"
},
{
"region": "UKD63"
}
],
"deliveryLocation": {
"description": "Cheshire East Vale Royal area of Cheshire West"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://atamis-1928.my.site.com/s/Welcome",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2025-04-25T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2025-04-25T13:00:00+01:00"
},
"bidOpening": {
"date": "2025-04-25T13:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-NHS-QYG",
"name": "NHS Cheshire and Merseyside ICB",
"identifier": {
"legalName": "NHS Cheshire and Merseyside ICB",
"id": "QYG",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "No 1 Lakeside, 920 Centre Park",
"locality": "Warrington",
"region": "UKD61",
"postalCode": "WA1 1QY",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Helen Graham",
"email": "mlcsu.tendersnorth@nhs.net",
"url": "https://atamis-1928.my.site.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.cheshireandmerseyside.nhs.uk",
"buyerProfile": "https://atamis-1928.my.site.com/s/Welcome",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-91521",
"name": "NHS Cheshire & Merseyside Integrated Care Board",
"identifier": {
"legalName": "NHS Cheshire & Merseyside Integrated Care Board"
},
"address": {
"streetAddress": "No 1 Lakeside, 920 Centre Park",
"locality": "Warrington",
"postalCode": "WA1 1QY",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.cheshireandmerseyside.nhs.uk"
}
}
],
"buyer": {
"id": "GB-NHS-QYG",
"name": "NHS Cheshire and Merseyside ICB"
},
"language": "en",
"description": "This procurement is being carried out 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 available via https://atamis-1928.my.site.com/s/Welcome, and in this Find a Tender contract notice advertisement. The only selection for type of Procedure is \"Open\" and the Contracting Authority wishes to clarify that this is a competitive procedure under the Health Care Services (Provider Selection Regime) Regulations 2023. The procedure which the Contracting Authority is following is set out in the procurement documents. 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."
}