Tender

NHSE873 - Glodwick Medical Practice and Block Lane Surgery Alternative Provider Medical Service

  • NHS England and NHS Greater Manchester Integrated Care Partnership

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2023/S 000-004049

Procurement identifier (OCID): ocds-h6vhtk-03a461

Published 9 February 2023, 3:11pm



Section one: Contracting authority

one.1) Name and addresses

NHS England and NHS Greater Manchester Integrated Care Partnership

4th Floor, 3 Piccadilly Place,

Manchester,

M1 3BN

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

Region code

UKD3 - Greater Manchester

NHS Organisation Data Service

QOP

Internet address(es)

Main address

https://gmintegratedcare.org.uk/

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

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

NHSE873 - Glodwick Medical Practice and Block Lane Surgery Alternative Provider Medical Service

Reference number

NHSE873

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

North of England Commissioning Support (NECS) is working for and on behalf of NHS England and NHS Greater Manchester Integrated Care Partnership (the contracting authority) to commission two Alternative Provider Medical Service (APMS) contracts to be delivered from:

1. Glodwick Medical Centre; and

2. Block Lane Surgery.

The term for the contract for both lots 1 and 2 will be for 5 years, with effect from 01 July 2023, with the option to extend for a further 4 years 9 months subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authority.

The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No102) (for Health, Social, Education, and certain other Service Contracts).

Under the Public Services (Social Value) Act 2012, Contracting Authority must consider:

(a) How, what is proposed to be procured might improve the economic, social, and environmental well-being of the area where it exercises its functions; and

(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social, and environmental well-being.

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the In-tend portal https://in-tendhost.co.uk/nhsnecsu

It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the In-tend helpdesk via:

support@in-tend.com or call us on 0845 557 8079 / +44 (0) 114 407 0065

The helpdesk is open Monday - Friday between 9am - 5.30pm

The closing date for submission of tenders is 12:00 noon on 01 March 2023, tender docs will be available from the 9 February 2023

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

Lot 1- Glodwick Medical Centre

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester
Main site or place of performance

Glodwick Medical Centre

two.2.4) Description of the procurement

Glodwick Medical Centre with a weighted patient list size of 10867.64, and a patient list size of 11097. NHS England has a set price of £99.70 for the Capitation Payments per weighted patient in 2022/23. This capitation payment is designed to cover the Essential & Additional Services element of the contract as per the NHS (General Medical Services Contracts) Regulations. For each additional weighted patient in excess of contracted levels the successful Bidder will be paid at the GMS global sum value applying at the time, currently £99.70. In addition to Capitation payments the practice will be eligible for DES and QOF payments in line with GMS contracts.

Please note that Bidders will need to work from the current premises in Glodwick Primary Care Centre.

The successful bidder will be able to claim reimbursable estates costs from NHS England under the Premises Cost Direction. The successful bidder will be expected to sign a lease to cover at least fifteen years, in line with the Premises Cost Directions, although break clauses may be inserted to reflect the contract length. Any rent reviews must be agreed formally and a completed Rent Review Memorandum produced. The successful bidder will be liable for Stamp Duty Land Tax when completing the lease, along with legal fees, however the tenants should not agree to pay the landlords legal fees. Service charges are not reimbursable under the NHS Premises Directions.

The term for the contract for Lot 1 will be for 5 years, with effect from 01 July 2023, with the option to extend for a further 4 years 9 months subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authority.

The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No102) (for Health, Social, Education, and certain other Service Contracts).

Under the Public Services (Social Value) Act 2012, Contracting Authority must consider:

(a) How, what is proposed to be procured might improve the economic, social, and environmental well-being of the area where it exercises its functions; and

(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social, and environmental well-being.

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the In-tend portal https://in-tendhost.co.uk/nhsnecsu

It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the In-tend helpdesk via:

support@in-tend.com or call us on 0845 557 8079 / +44 (0) 114 407 0065

The helpdesk is open Monday - Friday between 9am - 5.30pm

The closing date for submission of tenders is 12:00 noon on 01 March 2023, tender docs will be available from the 9 February 2023

two.2) Description

two.2.1) Title

Lot 2 - Block Lane Surgery

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester
Main site or place of performance

Block Lane Surgery

two.2.4) Description of the procurement

An Alternative Provider Medical Service (APMS) is to be delivered from Block Lane Surgery with a weighted patient list size of 5540.49 and a patient list size of 5564. NHS England has a set price of £99.70 for the Capitation Payments per weighted patient in 2022/23. This capitation payment is designed to cover the Essential & Additional Services element of the contract as per the NHS (General Medical Services Contracts) Regulations. For each additional weighted patient in excess of contracted levels the successful Bidder will be paid at the GMS global sum value applying at the time, currently £99.70. In addition to Capitation payments the practice will be eligible for DES and QOF payments in line with GMS contracts. They will also be eligible for re-imbursement of Rent and Rates on current premises as per the NHS (General Medical Services Premises Costs) Directions. The contracting authority is willing to provide a maximum of £20,000 in the first year of delivery to support transition costs for the Block Lane Surgery.

Please note that Bidders will need to work from the current premises in Block Lane Medical Centre, 158 Block Lane, Oldham.

The successful bidder will be able to claim reimbursable estates costs from NHS England under the Premises Cost Direction. The successful bidder will be expected to sign a lease to cover at least fifteen years, in line with the Premises Cost Directions, although break clauses may be inserted to reflect the contract length. Any rent reviews must be agreed formally and a completed Rent Review Memorandum produced. The successful bidder will be liable for Stamp Duty Land Tax when completing the lease, along with legal fees, however the tenants should not agree to pay the landlords legal

The term for the contract for Lot 2 will be for 5 years, with effect from 01 July 2023, with the option to extend for a further 4 years 9 months subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authority.

The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No102) (for Health, Social, Education, and certain other Service Contracts).

Under the Public Services (Social Value) Act 2012, Contracting Authority must consider:

(a) How, what is proposed to be procured might improve the economic, social, and environmental well-being of the area where it exercises its functions; and

(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social, and environmental well-being.

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the In-tend portal https://in-tendhost.co.uk/nhsnecsu

It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the In-tend helpdesk via:

support@in-tend.com or call us on 0845 557 8079 / +44 (0) 114 407 0065

The helpdesk is open Monday - Friday between 9am - 5.30pm

The closing date for submission of tenders is 12:00 noon on 01 March 2023, tender docs will be available from the 9 February 2023


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.2) Administrative information

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

Date

1 March 2023

Local time

12:00pm

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

English


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Public Procurement Review Service

Cabinet Office

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority will act in accordance with the Public Contracts Regulations 2015 (SI 2015 No 102) (PCR 2015).

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

The High Court, Strand,

London

WC2A 2LL

Country

United Kingdom