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
Bilal Arif
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 at Neath Hill Health Centre, Milton Keynes
Reference number
AG22505
two.1.2) Main CPV code
- 85121100 - General-practitioner services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (BLMK ICB) (referred to as the Commissioner) is inviting suitably qualified and experienced providers, who currently hold a general medical services (GMS) contract to express interest in delivering primary medical services for Neath Hill Health Centre as a branch surgery, by responding to this opportunity as required and described in this notice, and within the published tender. NHS Arden and Greater East Midlands CSU (AGCSU) is acting as an agent for and on behalf of the Commissioner and is supporting the procurement process.
The ICB has decided the most appropriate way to achieve this aim is to offer this practice as a branch surgery with patient list to providers holding a current GMS contract, thus retaining the current premises with managed list dispersal to the successful bidder. Practices outside the BLMK area will need to ensure they have their home ICB’s support for this opportunity.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ12 - Milton Keynes
Main site or place of performance
1 Tower Crescent, Neath Hill, Milton Keynes, MK14 6JY
two.2.4) Description of the procurement
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 the population in the longer term, as the Commissioner has found that smaller practices operated under APMS contracts in this area have frequently struggled with resilience and recruitment issues.
Neath Hill Health Centre has an actual patient list size of 4,008 (weighted 3608.07) as of January 2023. The ICB has a strong desire that the current premises located at 1 Tower Crescent, Neath Hill, Milton Keynes, MK14 6JY, are maintained within primary care ensuring adequate access, capacity, and resilience for general practice services.
As a branch of the successful bidder’s existing GMS contract, the annual contract value represented by the branch surgery will reflect global sum rates. Further information can be found within the procurement document (Document 1 section 1.4). It is anticipated that the service provision resultant of this procurement will have the following estimated baseline contract values (excluding directed enhanced services, QoF, PCN and other income streams) at 2022-23 prices of between £340,000 and £360,000 per annum. Future years will reflect any nationally agreed uplifts, updated patient list sizes etc. Please also note in terms of contract length, this is a GMS, meaning it will be held in perpetuity despite what the contract end date may say in the notice due to system limitations.
The service commencement date is 1 July 2023.
Please note the deadline for ITT submissions is 10:00am on 27th 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.
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 etendering system at the following link: https://health-family-contract.search.secure.force.com/?searchtype=Projects
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
28 April 2023
End date
31 December 2070
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.2.14) Additional information
It is anticipated that the service provision resultant of this procurement will have the following estimated baseline contract values (excluding directed enhanced services, QoF, PCN and other income streams) at 2022-23 prices of between £340,000 and £360,000 per annum. Future years will reflect any nationally agreed uplifts, updated patient list sizes etc. Please also note in terms of contract len
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
Minimum level(s) of standards possibly required
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
Minimum level(s) of standards possibly required
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 000-035469
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 February 2023
Local time
10:00am
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
Tender must be valid until: 16 February 2023
four.2.7) Conditions for opening of tenders
Date
25 January 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom