Opportunity

Brighton Station Health Centre Walk-In Service and GP Registered List for NHS Sussex Integrated Care Board - C255036 - ITT

  • NHS Sussex Integrated Care Board (ICB)

F02: Contract notice

Notice reference: 2024/S 000-012247

Published 15 April 2024, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

NHS Sussex Integrated Care Board (ICB)

Sackville House, Brooks Close

Lewes

BN7 2FZ

Contact

Stuart Meredith

Email

stuart.meredith1@nhs.net

Country

United Kingdom

NUTS code

UKJ21 - Brighton and Hove

NHS Organisation Data Service

QNX

Internet address(es)

Main address

https://www.sussex.ics.nhs.uk/

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

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

Brighton Station Health Centre Walk-In Service and GP Registered List for NHS Sussex Integrated Care Board - C255036 - ITT

Reference number

C255036

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Sussex Integrated Care Board (ICB) is looking to procure a walk-in service and GP registered list to patients in Brighton and Hove for a 7 plus 2-year contract, commencing 1st April 2025.

Key Service Components

The GP Registered List:

The APMS registered list will offer primary care services to patients resident within the practice boundary which comprises the city of Brighton and Hove, who wish to register with the practice. Primary Care services will be delivered in accordance with the national APMS contract, amended annually through a national contract variation. In addition, patients will be offered Locally Commissioned Services as agreed with NHS Sussex. Weight Management Services and Learning Disabilities Health Check Scheme will also be offered to appropriate registered patients.

The walk-in service:

The walk-in service will offer the following services to both registered and non-registered patients resident in Brighton and Hove, and those visiting the city.

• mainly walk-in consultations minor illness and minor injury diagnosis and treatment

• a multi-disciplinary team and/or approach

• directly bookable appointments into the service from NHS111

• directly bookable capability into other services for urgent onward referral

• health promotion, signposting, information on self-directed referrals and social prescribing capability

• support, advice, and information on registering with a GP practice if not already registered

• real time data on appointments and service capacity available to patients and the wider system.

Service Aims

• Provide timely primary care medical services to registered patients who are resident in the practice boundary area of Brighton and Hove.

• Improve access to urgent primary care for the communities of, and visitors to, Brighton and Hove via a walk-in service.

• Reduce the need for unheralded attendance at ED and UTC ensuring patients are seen in the most appropriate setting for their needs.

• Support primary care resilience in the city.

• Integrate with other services in the city in the development of Integrated Care Teams and the ongoing development of the Deans and Central Brighton Primary Care Network (PCN).

The Commissioner has a maximum financial envelope available of £2,301,376 per annum. The total maximum contract value for the 7-year Contract is £16,109,632. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of £20,712,384 over 9 years (7 plus 2) if the full contract term is fulfilled. Contract start date will be 1st April 2025. Bidders are required to have a minimum annual turnover or £2.3 million pounds (2022/23) to be eligible for award of this contract.

In addition Providers should be appropriately CQC registered.

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

Bids must be received via the Atamis e-procurement system by no later than midday (12pm) 16th May 2024.

two.1.5) Estimated total value

Value excluding VAT: £20,712,384

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ21 - Brighton and Hove

two.2.4) Description of the procurement

NHS Sussex Integrated Care Board (ICB) is looking to procure a walk-in service and GP registered list to patients in Brighton and Hove for a 7 plus 2-year contract, commencing 1st April 2025.

Key Service Components

The GP Registered List:

The APMS registered list will offer primary care services to patients resident within the practice boundary which comprises the city of Brighton and Hove, who wish to register with the practice. Primary Care services will be delivered in accordance with the national APMS contract, amended annually through a national contract variation. In addition, patients will be offered Locally Commissioned Services as agreed with NHS Sussex. Weight Management Services and Learning Disabilities Health Check Scheme will also be offered to appropriate registered patients.

The walk-in service:

The walk-in service will offer the following services to both registered and non-registered patients resident in Brighton and Hove, and those visiting the city.

• mainly walk-in consultations minor illness and minor injury diagnosis and treatment

• a multi-disciplinary team and/or approach

• directly bookable appointments into the service from NHS111

• directly bookable capability into other services for urgent onward referral

• health promotion, signposting, information on self-directed referrals and social prescribing capability

• support, advice, and information on registering with a GP practice if not already registered

• real time data on appointments and service capacity available to patients and the wider system.

Service Aims

• Provide timely primary care medical services to registered patients who are resident in the practice boundary area of Brighton and Hove.

• Improve access to urgent primary care for the communities of, and visitors to, Brighton and Hove via a walk-in service.

• Reduce the need for unheralded attendance at ED and UTC ensuring patients are seen in the most appropriate setting for their needs.

• Support primary care resilience in the city.

• Integrate with other services in the city in the development of Integrated Care Teams and the ongoing development of the Deans and Central Brighton Primary Care Network (PCN).

The Commissioner has a maximum financial envelope available of £2,301,376 per annum. The total maximum contract value for the 7-year Contract is £16,109,632. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of £20,712,384 over 9 years (7 plus 2) if the full contract term is fulfilled. Contract start date will be 1st April 2025. Bidders are required to have a minimum annual turnover or £2.3 million pounds (2022/23) to be eligible for award of this contract.

In addition Providers should be appropriately CQC registered.

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

Bids must be received via the Atamis e-procurement system by no later than midday (12pm) 16th May 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: £20,712,384

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

Duration in months

108

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

2-year extension option after the initial 7 years.


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

Providers should be appropriately CQC registered.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

16 May 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

16 May 2024

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Not Applicable under the PSR

Not Applicable under the PSR

Country

United Kingdom