Tender

Provision of primary medical services at Neath Hill Health Centre, Milton Keynes

  • NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

F02: Contract notice

Notice identifier: 2023/S 000-002313

Procurement identifier (OCID): ocds-h6vhtk-038da6

Published 25 January 2023, 2:50pm



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

Email

bilal.arif@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 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

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/