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
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
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom