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
Country
United Kingdom
Region 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