Tender

Provision of Primary Medical Services (APMS) at Kingsway Health Centre and Bramingham Park Medical Centre, Luton and Brooklands Health Centre, Milton Keynes

  • NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

F02: Contract notice

Notice identifier: 2023/S 000-000437

Procurement identifier (OCID): ocds-h6vhtk-03848c

Published 6 January 2023, 4:03pm



The closing date and time has been changed to:

10 February 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

3rd Floor, Arndale House, The Mall

Luton

LU1 2LJ

Contact

Claire Pickard

Email

claire.pickard@nhs.net

Country

United Kingdom

Region code

UKH21 - Luton

Internet address(es)

Main address

https://www.bedfordshirelutonandmiltonkeynes.icb.nhs.uk/

Buyer's address

https://www.bedfordshirelutonandmiltonkeynes.icb.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Primary Medical Services (APMS) at Kingsway Health Centre and Bramingham Park Medical Centre, Luton and Brooklands Health Centre, Milton Keynes

Reference number

AG22504

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Arden and Greater East Midlands Commissioning Support Unit on behalf of Bedfordshire, Luton and Milton Keynes Integrated Care Board (ICB) (the Commissioner) would like to notify the market of an opportunity to provide primary medical services (APMS) at Kingsway Health Centre and Bramingham Park Medical Centre, Luton (Lot 1) and Brooklands Health Centre, Milton Keynes (Lot 2).

The service commencement date for both lots is 1 July 2023.

Please note the deadline for ITT submissions is 12:00PM on Friday 3rd February 2023.

This procurement has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Kingsway Health Centre and Bramingham Park Medical Centre, Luton

Lot No

1

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKH21 - Luton
Main site or place of performance

Luton

two.2.4) Description of the procurement

Kingsway Health Centre has an actual patient list size of 11,027 (weighted 9802.53) as of September 2022 and Bramingham Park Medical Centre has an actual patient list size of 6,719 (weighted 5,941) as of September 2022.

The Commissioner has made a strategic decision not to reprocure practices with a weighted list size below approximately 10,000 patients as stand-alone APMS contracts and to look at alternative contracting models. This is intended to ensure robust, resilient and high-quality services for our population in the longer term.

These two practices are currently provided under two separate APMS contracts but share some back-room functions and staff. The Commissioner therefore believes that a single practice with a weighted list size of c16,000 would offer a greater possibility of robust, resilient, and economically viable long-term delivery of services at these two sites and is therefore offering a single contract to cover provision at both sites.

Under current contractual arrangements, both practices are open from 8am-8pm on Mondays, Wednesdays and Fridays, from 7.30am-8pm on Tuesdays and Thursdays and from 8.30am-12.30pm on Fridays. The Commissioner is offering a new contract on core hours which will align with the national strategy of provision of enhanced access through PCNs.

The contract will be for a duration of 5 years with the option to extend for up to a further 4 years with an estimated contract value (including the 4-year extension) of between £15.6 million - £16.3 million.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2023

End date

30 June 2032

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Brooklands Health Centre, Milton Keynes

Lot No

2

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes
Main site or place of performance

Milton Keynes

two.2.4) Description of the procurement

Brooklands Health Centre has an actual patient list size of 19,470 (weighted 14,938.94) as of September 2022 and further growth is expected. Under current contractual arrangements, the practice opens from 8am-8pm 365 days per year. The Commissioner is offering a new contract on core hours which will align with the national strategy of provision of enhanced access through PCNs.

The contract will be for a duration of 5 years with the option to extend for up to a further 4 years with an estimated contract value (including the 4-year extension) of between £14.7 million - £15.4 million.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 July 2023

End date

30 June 2032

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-032357

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

3 February 2023

Local time

12:00pm

Changed to:

Date

10 February 2023

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 February 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Contracting Authority will be using an eTendering system for this procurement exercise. Further information and the ITT documentation can be found via the ‘Live Opportunities’ list on the e-tendering system at the following link:

https://health-family-contract-search.secure.force.com/?searchtype=Projects

You can also register your interest via this page.

You can search for the opportunity by entering the following contract reference: C115423 (Provision of Primary Medical Services (APMS) in Luton and Milton Keynes)

Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.

Please see published procurement documentation for further details.

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals