Tender

Glodwick Medical Practice Alternative Provider Medical Service (APMS)

  • Oldham Clinical Commissioning Group
  • Greater Manchester Health and Social Care Partnership

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

Notice identifier: 2021/S 000-006953

Procurement identifier (OCID): ocds-h6vhtk-02a29a

Published 6 April 2021, 9:16am



Section one: Contracting authority

one.1) Name and addresses

Oldham Clinical Commissioning Group

Civic Centre

Oldham

OL1 1UT

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.necsu.nhs.uk

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

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.gmhsc.org.uk/

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

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

NUTS code

UKC2 - Northumberland and Tyne and Wear

Internet address(es)

Main address

http://www.necsu.nhs.uk/

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

Email

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