Future opportunity

NHS South Sefton CCG - APMS Contracts

  • NHS South Sefton CCG

F01: Prior information notice (prior information only)

Notice reference: 2022/S 000-010353

Published 21 April 2022, 11:53am



Section one: Contracting authority

one.1) Name and addresses

NHS South Sefton CCG

Magdalen House, 30 Trinity Road

Bootle

L20 3NJ

Contact

MLCSU Procurement Team

Email

mlcsu.tendersnorth@nhs.net

Telephone

+44 1513178456

Country

United Kingdom

NUTS code

UKD73 - Sefton

Internet address(es)

Main address

https://mlcsu.bravosolution.co.uk

Buyer's address

www.southseftonccg.nhs.uk

one.3) Communication

Additional information can be obtained from 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://mlcsu.bravosolution.co.uk

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

NHS South Sefton CCG - APMS Contracts

Reference number

CM-22-02

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS South Sefton CCG – APMS Contracts

NHS Midlands and Lancashire Commissioning Support Unit (CSU) is working on behalf NHS South Sefton CCG who wishes to procure 9 GP surgery contracts.

These 9 GP surgeries will be split into 5 LOTs as follows:

LOT 1: Hightown

LOT 2: North Park

LOT 3: Great Crosby and Thornton (covering the 3 GP practices of Crosby Village, Crossways and Thornton)

LOT 4: Seaforth, Litherland & Netherton

LOT 5: Maghull

Bidders are welcome to consider applying for one LOT, multiple LOTs or all LOTs.

A provider engagement event is to be held on Wednesday 4th May at 9.30am via MS Teams to discuss the requirements of the contracts.

If you wish to participate in the engagement meeting, please e-mail mlcsu.tendersnorth@nhs.net to arrange attendance. There will be a general presentation first followed by individual meetings for any provider who requires one. The deadline for requesting attendance and an individual meeting is 12pm on Tuesday 3rd May 2022.

The potential contract will be valued at approximately £2,969,269.98 per year across all 5 LOTs; and the contract duration will be for 5 years with the potential to extend for a further 2-year period.

The contract value is based on the basic GMS rate for 2022-23 which is £99.70 per patient and each LOT has been valued on the patient list size as at January 2022. The contract value excludes any contract enhancements that may be available to the successful Bidder such as Quality & Outcomes Framework (QOF), Local Quality Contract (LQC) and Directed Enhanced Services (DES).

two.1.5) Estimated total value

Value excluding VAT: £20,784,889

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 5

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

LOT 1: Hightown

LOT 2: North Park

LOT 3: Great Crosby and Thornton (covering the 3 GP practices of Crosby Village, Crossways and Thornton)

LOT 4: Seaforth, Litherland & Netherton

LOT 5: Maghull

two.2) Description

two.2.1) Title

Hightown Practice

Lot No

1

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

Hightown Practice

two.2.14) Additional information

The contract value is based on the basic GMS rate for 2022-23 which is £99.70 per patient and each LOT has been valued on the patient list size as at January 2022.

Value of this LOT over 7 year total: £1,549,310.

two.2) Description

two.2.1) Title

North Park Practice

Lot No

2

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

North Park Practice

two.2.14) Additional information

The contract value is based on the basic GMS rate for 2022-23 which is £99.70 per patient and each LOT has been valued on the patient list size as at January 2022.

Value of this LOT over 7 year total: £5,203,313.

two.2) Description

two.2.1) Title

Great Crosby and Thornton

Lot No

3

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

Great Crosby and Thornton - covering the 3 practices of Crosby Village, Crossways and Thornton.

two.2.14) Additional information

The contract value is based on the basic GMS rate for 2022-23 which is £99.70 per patient and each LOT has been valued on the patient list size as at January 2022.

Value of this LOT over 7 year total: £5,800,531.

two.2) Description

two.2.1) Title

Seaforth, Litherland & Netherton

Lot No

4

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

3 practices of Seaforth, Litherland and Netherton

two.2.14) Additional information

The contract value is based on the basic GMS rate for 2022-23 which is £99.70 per patient and each LOT has been valued on the patient list size as at January 2022.

Value of this LOT over 7 year total: £6,000,649.

two.2) Description

two.2.1) Title

Maghull

Lot No

5

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKD73 - Sefton

two.2.4) Description of the procurement

Maghull Practice

two.2.14) Additional information

The contract value is based on the basic GMS rate for 2022-23 which is £99.70 per patient and each LOT has been valued on the patient list size as at January 2022.

Value of this LOT over 7 year total: £2,231, 085.

two.3) Estimated date of publication of contract notice

1 June 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section six. Complementary information

six.3) Additional information

This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (‘Regulations’) http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made

Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regime Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

The Contracting Authority is not voluntarily following any other part of the Regulations.

As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to Cancel: The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary.

The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.

All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.

Transparency: The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.

In addition, and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority.

Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.

Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.

Further details will be made available via documentation and information released during the tender process.