Opportunity

Provision of Primary Care Alternative Provider Medical Services (APMS) for Forest Surgery

  • NHS Suffolk and North East Essex Integrated Care Board

F02: Contract notice

Notice reference: 2024/S 000-004696

Published 12 February 2024, 4:54pm



Section one: Contracting authority

one.1) Name and addresses

NHS Suffolk and North East Essex Integrated Care Board

Aspen House, Stephenson Road, Severalls Business Park

Colchester

CO4 9QR

Contact

Bilal Tabasum

Email

bilal.tabasum@attain.co.uk

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

https://suffolkandnortheastessex.icb.nhs.uk/

one.3) Communication

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

https://attain.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://attain.bravosolution.co.uk/web/login.html

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

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 Care Alternative Provider Medical Services (APMS) for Forest Surgery

Reference number

ACE-0693-2023-SNEE

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this notice is to invite suitably qualified providers to submit tenders to deliver Primary Care Alternative Provider Medical Services (APMS) from Forest Surgery within the town of Brandon.

The Authority works closely with its system partners to improve the health and wellbeing of their local communities. Services can be commissioned at 'place' level or across the wider Integrated Care Board (ICB). This service will be commissioned across West Suffolk place.

The contractual approach is the standard APMS contract with the aim to continue provision of medical services from the current premises.

two.1.5) Estimated total value

Value excluding VAT: £10,835,008.40

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85120000 - Medical practice and related services

two.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
Main site or place of performance

Forest Surgery, Bury Rd, Brandon, IP27 0BU

two.2.4) Description of the procurement

The current Alternative Provider Medical Services (APMS) Contract to provide the services to patients at Forest Surgery will expire on 30th September 2024. The intended outcome of this project is to ensure that there is continued provision of Primary Medical Services to the registered population of Forest Surgery in Brandon.

The Authority is seeking bids from suitably qualified providers of Primary Care Services to take on the services at Forest Surgery under an APMS contract with the current patient list from 1st October 2024.

The APMS can be used to provide:

• Essential services

• All additional services where GMS/PMS practices opt-out

• All Enhanced Services commissioned by NHS England

• Opening hours and service delivery from 0800-1830, Monday to Friday (except statutory bank and public holidays)

• Participation in the Primary Care Network (PCN) Enhanced Service

• Extended opening hours in line with requirements of the PCN.

The full scope of services can be found within the APMS specification contained in the Invitation to Tender pack within the eTendering Portal at: https://attain.bravosolution.co.uk/web/login.html

The value contained within this Notice is the aggregate value which is inclusive of all potential options and extensions.

The value of the contract being offered for the scope of services identified within the initial tender for the 7-year contract period is £7,584,505.88. This is the value by which the price evaluation will be undertaken. The aggregate value of the contract (including extension provision of 3 years) is £10,835,008.40

Further information is also provided in section VI.3.

To express an interest in tendering for this service and access the Invitation to Tender (ITT) documents and all other information concerning the procurement, please go to: https://attain.bravosolution.co.uk/web/login.html

Click on 'Register' and follow the on screen instructions.

Responses must be fully completed and submitted exclusively via the Jaggaer e-Procurement Portal

The submission deadline is 12:00 (noon) on 15th March 2024.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £10,835,008.40

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

Start date

1 October 2024

End date

30 September 2031

This contract is subject to renewal

Yes

Description of renewals

Service reviews will be undertaken regularly, in order to determine any relevant renewal.

Initial contract length is 7 years (from 1st October 2024 to 30th September 2031) with the option to extend for a further 3 years (to 30th September 2034) pending agreement by both parties.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Initial contract length is 7 years (to 30th September 2031) with the option to extend for a further 3 years (to 30th September 2034) pending agreement by both parties.

You are advised that the £10,835,008.40 value relates to the 10 years (7 years plus option to extend by a further 3 years).

The maximum contract value for the 7 year contract is £7,584,505.88.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to Section 1.18 of the Qualification envelope for further information on the Authority's requirements.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Please refer to Section 1.32 to 1.40 of 'Document 2 - Tender Conditions and Instructions' for further information on the Authority's requirements.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to Section 1.13 of the Qualification envelope for further information on the Authority's requirements.


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: 2024/S 000-000048

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

Date

15 March 2024

Local time

12:00pm

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: 18 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 March 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

The Authority is undertaking a competitive procurement process under the Health Care Services (Provider Selection Regime) Regulations 2023.

During the competitive procurement process, Bidders will be required to consider the implications and codes of practice relating to TUPE implications for staff. The Authority will endeavour to facilitate the transfer of data where relevant and lawful. Bidders will be required to make their own assessment of whether TUPE applies and the consequences of TUPE.

The Authority or its advisors shall not be liable for any costs or expenses incurred by any organisation, agent or subsidiary involved in responding to this procurement. The commissioners reserve the right to withdraw from the process at any time or to not tender the service or to tender on a different basis.

To access the procurement documentation, please go to the Attain eProcurement Portal (Bravo powered by Jaggaer) at: https://attain.bravosolution.co.uk/web/login.html.

Click on 'Register here' and follow the on-screen instructions. You can access the ITT: 'itt_146_Primary Care Alternative Provider Medical Services (APMS) for Forest Surgery' by clicking on the link called 'View current opportunities' on the Home Page. Please note that the tender will not be accepted by any means other than through the Attain e-Procurement Portal.

Should you require any information regarding this competitive procurement process please contact the email address available in this Contract Notice.

six.4) Procedures for review

six.4.1) Review body

NHS Suffolk and North East Essex Integrated Care Board

Aspen House, Stephenson Road, Severalls Business Park

Colchester

CO4 9QR

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court Justice England and Wales

Strand

London

WC2A 2LL

Country

United Kingdom