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
UKJ2 - Surrey, East and West Sussex
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
Whitehawk Alternative Provider Medical Services (APMS) Primary Care Services to NHS Sussex Integrated Care Board (ICB) - C285165 - ITT
Reference number
C285165
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 provide a NHS Alternative Provider Medical Service (APMS) contract to provide Primary Care services to the population of Whitehawk within Brighton and Hove for a 7 + 2 year contract, commencing 1st April 2025.
The contract delivers primary care services through an Alternative Provider Medical Services (APMS) contract. The current practice population is 8,366 (9,172 weighted) registered patients as of January 2024.
The geography covers an area of higher deprivation and socio-economic disadvantaged communities. The specification and extended services provided by the existing practice are focussed on ensuring provision for all patients, including those with low literacy, non-English speaking patients, and low-income individuals and families.
The service will:
• Provide Primary Care Medical Services in accordance with the Alternative Medical Services Provider (APMS) contract.
• Offer registration to residents living within the Whitehawk and surrounding area of Brighton (see patient registration area).
• Open from 08:00-18:30 Monday to Friday, except Good Friday, Christmas Day or Bank Holidays.
• Operate from 179 Whitehawk Road, Brighton, BN2, 5FL.
The service will include care navigation and social prescribing services, navigating patients to the most appropriate health, social care, or housing services for their needs. This needs to include a Making Every Contact Count (MECC) approach to:
• Local Stop Smoking Service (LSSS) to support the national 'Smokefree Generation' objective.
• Promote, offer and refer on for health checks/reviews
• Healthy Lifestyle Services and Drug and Alcohol services
• Offer screening, vaccinations, and NHS health checks, including learning disability health checks.
• Health in Mind
• Community Pharmacy and Dentistry
• Minor Eye Conditions' services
• Care support services for Carers (e.g., Carers Hub Brighton, The Carers Centre for Brighton and Hove)
• Falls Prevention Services
• Brighton and Hove City Council and University Hospitals Sussex's children, young people, and family services
• Sexual Health services
• Local Authority Housing services
The Commissioner has a maximum financial envelope available of £1,157,738 per annum. The total maximum contract value for the 7-year Contract is £8,104,166. 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 £10,419,642 over 9 years (7+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 of £1.157 million (2022/23) to be eligible for award of this contract. Additionally, reimbursement will be made for rent, business, water, and sewerage rates together with clinical waste charges, in accordance with the General Medical Services (GMS) Premises Cost Directions.
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) 17th June 2024.
two.1.5) Estimated total value
Value excluding VAT: £10,419,642
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
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
Whitehawk GP Practice catchment area.
two.2.4) Description of the procurement
NHS Sussex Integrated Care Board (ICB) is looking to provide a NHS Alternative Provider Medical Service (APMS) contract to provide Primary Care services to the population of Whitehawk within Brighton and Hove for a 7 + 2 year contract, commencing 1st April 2025.
The contract delivers primary care services through an Alternative Provider Medical Services (APMS) contract. The current practice population is 8,366 (9,172 weighted) registered patients as of January 2024.
The geography covers an area of higher deprivation and socio-economic disadvantaged communities. The specification and extended services provided by the existing practice are focussed on ensuring provision for all patients, including those with low literacy, non-English speaking patients, and low-income individuals and families.
The service will:
• Provide Primary Care Medical Services in accordance with the Alternative Medical Services Provider (APMS) contract.
• Offer registration to residents living within the Whitehawk and surrounding area of Brighton (see patient registration area).
• Open from 08:00-18:30 Monday to Friday, except Good Friday, Christmas Day or Bank Holidays.
• Operate from 179 Whitehawk Road, Brighton, BN2, 5FL.
The service will include care navigation and social prescribing services, navigating patients to the most appropriate health, social care, or housing services for their needs. This needs to include a Making Every Contact Count (MECC) approach to:
• Local Stop Smoking Service (LSSS) to support the national 'Smokefree Generation' objective.
• Promote, offer and refer on for health checks/reviews
• Healthy Lifestyle Services and Drug and Alcohol services
• Offer screening, vaccinations, and NHS health checks, including learning disability health checks.
• Health in Mind
• Community Pharmacy and Dentistry
• Minor Eye Conditions' services
• Care support services for Carers (e.g., Carers Hub Brighton, The Carers Centre for Brighton and Hove)
• Falls Prevention Services
• Brighton and Hove City Council and University Hospitals Sussex's children, young people, and family services
• Sexual Health services
• Local Authority Housing services
The Commissioner has a maximum financial envelope available of £1,157,738 per annum. The total maximum contract value for the 7-year Contract is £8,104,166. 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 £10,419,642 over 9 years (7+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 of £1.157 million (2022/23) to be eligible for award of this contract. Additionally, reimbursement will be made for rent, business, water, and sewerage rates together with clinical waste charges, in accordance with the General Medical Services (GMS) Premises Cost Directions.
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) 17th June 2024.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
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
There is a period of 2 years to further extend the contract.
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
In addition 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
17 June 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
17 June 2024
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
six.4) Procedures for review
six.4.1) Review body
NHS Sussex Integrated Care Board
Sackville House, Brooks Close
Lewes
BN7 2FZ
Country
United Kingdom
Internet address
https://www.sussex.ics.nhs.uk/
six.4.2) Body responsible for mediation procedures
NHS England
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom