United Kingdom-Stoke on Trent: Medical practice and related services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Stoke on Trent: Medical practice and related services
OJEU (High Value) 460141-2020
Type Invitation to tender
Date Published 2020-09-30
Deadline 2020-11-02 12:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Open procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: NHS Midlands and Lancashire CSU
Postal address: Heron House, 120 Grove Road
Town: Stoke on Trent
Postal code: ST4 4LX
Country: UK
Telephone: +44 782872500
E-mail: paulo.cabral@nhs.net
NUTS code: UK
Main address: External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Communication
I.3) Procurement documents
(URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Additional Information
I.3.4) Additional information can be obtained from:
I.3.6)Tenders or requests to participate must be submitted electronically via:
External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: BODY PUBLIC

Main Activity
I.5.1) Main Activity: HEALTH

Section II: Object of Contract


Title:
Provision of an Alternative Provider of Medical Services (APMS) Contract for NHS West Leicestershire Clinical Commissioning Group


II.1.4) Short description
NHS West Leicestershire Clinical Commissioning Group (WL CCG) are seeking to commission a provider to deliver medical services at Thurmaston Health Centre, Leicester under an alternative provider of medical services contract from the 1 April 2021 for 7 145 patients. The current contract arrangement is operating under caretaker arrangements that are due to expire on the 31 March 2021.

The Commissioners wish to receive responses to the invitation to tender (ITT) from suitably qualified and experienced providers with the necessary skill and experience (or a demonstrable ability to provide the skill and experience) to provide the range of services required.

The aim of all the services is to deliver all essential, additional and enhanced services to all registered patients at the practice.

II.01) Estimated value excluding VAT:
GBP 9311400.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UK
II.1.4) Short description
NHS West Leicestershire Clinical Commissioning Group (WL CCG) are seeking to commission a provider to deliver medical services at Thurmaston Health Centre, Leicester under an alternative provider of medical services contract from the 1 April 2021 for 7 145 patients. The current contract arrangement is operating under caretaker arrangements that are due to expire on the 31 March 2021.

The Commissioners wish to receive responses to the invitation to tender (ITT) from suitably qualified and experienced providers with the necessary skill and experience (or a demonstrable ability to provide the skill and experience) to provide the range of services required.

The aim of all the services is to deliver all essential, additional and enhanced services to all registered patients at the practice.

The main benefits and expected outcomes are:

• to seek innovative provision of primary care services, potentially utilising new technology, which aligns with national and local strategic plans;

• to deliver a GP Led service with appropriate clinical oversight throughout core hours to ensure safe robust process which supports practice staff and patients;

• aligning services to the GP Forward View, the NHS Long Term Plan and Investment and Evolution — a 5-year framework and primary care networks.

The Commissioner is therefore seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plan, i.e.:

(a) ‘Do things differently:’

— develop new ways to improve access and service delivery,

— improve integration and collaborative working with local health and social care providers, including ‘Primary Care Networks,

— improve engagement with patients in the development of integrated primary care services ensuring the patient has more control over their own health and the care they receive;

(b) preventing illness, tackle health inequalities:

— promote physical and psychological well-being and self- care;

(c) ‘Provide world class care for major health problems’ through the use of:

— improved continuity of care,

— clinical audit,

— appropriate risk assessment to promote early diagnosis of chronic disease,

— improved long term condition management;

(d) making better use of data and digital technology:

— the contractor must support the ‘digital first’ approach and use clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes;

(e) backing the workforce:

— the contractor must provide a GP Led service with appropriate clinical oversight to support the multi-dimensional practice team;

— the contractor must provide and support all staff holistically, ensuring personal development, promote confidence and greater staff satisfaction.

The contract shall be for a term of five (5) years from the service start date with the possibility of extending the term by up to another 5 years beyond the initial contracted term at the Commissioners’ request. The contract start date is 1 April 2021.

The contract value for this service is estimated to an annual cost of GBP 931 140 and it will be up for a total GBP 9 311 000 over the potential 10-years of the contract including extensions (please note that the Commissioners reserve the right to reject bids that exceed the budgetary threshold).

The service will be commissioned via an open type procurement process according to the Light Touch Regime of the Procurement Contract Regulations 2015 for healthcare services advertised to all providers which is proportionate to the value and complexity of the service and contract.

The invitation to tender (ITT) will be available from 25 September 2020 on the ML CSU Bravo portal (see below) and it will have a deadline for submissions 2 November 2020.

Clarifications may be asked during the procurement process up to a week before the ITT deadline on 26 October 2020.

II.2.5) Award criteria:

II.2.6) Duration of the contract, framework agreement or dynamic purchasing system
II.2.7) Start: 2021-04-01
II.2.7) End: 2025-03-31
II.2.7.5) This contract is subject to renewal: yes
II.2.7.6) Description of renewals:
The contract shall be for a term of five (5) years from the service start date with the possibility of extending the term by up to another 5 years beyond the initial contracted term at the Commissioners’ request. The contract start date is 1 April 2021.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds): no

Section IV: Procedure

IV.1.1) Type of procedure: Open

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-11-02
IV.2.2) Local time 12:00


IV.2.6) Tender must be valid until
2020-12-31
IV.2.7) Conditions for opening of tenders
IV.2.7) Date 2020-11-02
IV.2.7) Local time 12:00

Section V: Complementary information



Additional Information:

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 only selection for type of procedure was ‘Restricted’ and the contracting authority wishes to clarify that this is not a restricted procedure but ‘Other’ procedure under the Light Touch Regime. The procedure which the contracting authority is following is set out in the procurement documents.

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.

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 tender process.

All documentation can be accessed via External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

For technical support in submitting your selection questionnaire or tender submission, contact the Bravo Solution Help-desk on +44 8003684850 or email: help@bravosolution


Review body:
Official name: NHS Midlands and Lancashire Commissioning Support Unit (MLCSU)
Postal address: 120 Grove Road
Town: Stoke on Trent
Postal code: ST4 4LX
Country: UK

Section VI

Date of dispatch of this notice : 2020-09-25

CPV Codes
85120000; Medical practice and related services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.