Section one: Contracting authority
one.1) Name and addresses
Oldham Clinical Commissioning Group
Civic Centre
Oldham
OL1 1UT
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA31749
one.1) Name and addresses
Greater Manchester Health and Social Care Partnership
3 Piccadilly Place,
Manchester
M1 3BN
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/nhsnecsu
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
Additional information can be obtained from another address:
North of England Commissioning Support Unit
Riverside House
Neburn
Country
United Kingdom
NUTS code
UKC2 - Northumberland and Tyne and Wear
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/nhsnecsu
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://in-tendhost.co.uk/nhsnecsu
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
Glodwick Medical Practice Alternative Provider Medical Service (APMS)
Reference number
NHSE648
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
North of England Commissioning Support is working for and on behalf of Greater Manchester Health and Social Care Partnership and NHS Oldham Clinical Commissioning Group (CCG)who has full delegated authority to commission Primary Medical Services for the people of Oldham to commission an Alternative Provider Medical Services (APMS) for the Primary Medical Services which will be known as Glodwick Medical Practice. This will combine the registered patient lists and replace two existing practices: Sun Valley Medical Practice (PMS) and Jarvis Medical Practice (GMS) which are both located in the Glodwick area of Oldham. The term for the contract will be 5years with the option to extend for a further 4 years and 7 months, subject to satisfactory financial and contractual performance, with effect from 1 September 2021.
two.1.5) Estimated total value
Value excluding VAT: £12,963,060
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
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
Oldham
two.2.4) Description of the procurement
North of England Commissioning Support is working for and on behalf of Greater Manchester Health and Social Care Partnership (The Contracting Authority) and NHS Oldham Clinical Commissioning Group (CCG)(the Commissioner) who has full delegated authority to commission Primary Medical Services for the people of Oldham to commission an Alternative Provider Medical Services (APMS) Primary Medical Services which will be known as Glodwick Medical Practice. This will combine the registered patient lists and replace two existing practices: Sun Valley Medical Practice (PMS) and Jarvis Medical Practice (GMS) which are both located in the Glodwick area of Oldham.
The term for the contract will be 5years with the option to extend for a further 4 years and 7 months, subject to satisfactory financial and contractual performance, with effect from 1 September 2021.
The basic principles that mirror that of the Open Procurement route will be followed for this procurement to test the capacity, capability, & technical competence of tenderers in accordance with The Public Contracts Regulations 2015.
Under the Public Services (Social Value) Act 2012 the Contracting Authorities must consider:
(a) how, what is proposed to be procured might improve the economic, social & 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 Authorities relating to
economic, social & environmental well-being.
NECS is utilising an electronic tendering tool to manage this procurement & communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders & 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, & 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
Tender documentation will be available on e-tendering site from 06 April 2021.
The closing date for submission of tenders is 12:00 noon 04 May 2021.
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
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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
(a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they
exercise their functions;
and
(b) How, in conducting the process of procurement, they 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 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)."
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.10) Identification of the national rules applicable to the procedure
Information about national procedures is available at: http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf
four.1.11) Main features of the award procedure
Public contracts for Health, Social, Education, and certain other Service Contracts listed in Schedule 3 of the Public Contracts Regulations 2015 (SI 2015 No 102) (PCR 2015) shall be awarded in accordance with Chapter 3 Section 7 Regulation 74 to 77 of PCR 2015.
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 247-615803
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 May 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
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 Public Contracts Regulations 2015 (SI 2015 No 102)."
(MT Ref:222411)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit