Section one: Contracting authority
one.1) Name and addresses
NHS Bedfordshire, Luton and Milton Keynes Clinical Commissioning Group
Capability House
Silsoe
MK45 4HR
Contact
Rod Skinner
Country
United Kingdom
NUTS code
UKH2 - Bedfordshire and Hertfordshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://attain.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://attain.bravosolution.co.uk/web/login.html
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
Primary Care Medical Services at Arlesey Medical Centre and Shortstown Surgery
Reference number
ACE-0538-2022-BLMK
two.1.2) Main CPV code
- 85120000 - Medical practice and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority (NHS BLMK CCG) invites responses from suitably qualified and experienced General Medical Services (GMS) contract holding providers to deliver Primary Medical Services as a 'branch with patient list' from two practices;
Arlesey Medical Centre (Lot 1)
Shortstown Surgery (Lot 2)
from 1st November 2022
The Contract for both Lots that make up this procurement (Arlesey Medical Centre and Shortstown Surgery) is the NHS General Medical Service (GMS); a contract which will be held in perpetuity by a practice (as a branch surgery with patient list for a General Medical Services contractor).
The Authority has taken a strategic decision not to re-procure GP contracts of around 10,000 weighted list size or below as stand-alone APMS contracts, to ensure robust and sustainable long-term delivery of services.
The Clinical Commissioning Group (CCG) has a strong desire that the current premises are maintained within primary care ensuring adequate access, capacity, and resilience for general practice services.
The CCG has decided that the most appropriate way to achieve this aim is to advertise these practices as branches with patient lists, thus retaining the current premises with managed list dispersal to the successful bidder/s.
The annual value pertaining to each separate Lot based on 21/22 figures is the following:
• Arlesey (Lot 1) - £436,200
• Shortstown (Lot 2) - £361,976
these figures represent the Global Sum that is calculated based on weighted list size using the Carr Hill Formula.
Further information can be found within the Procurement documents.
two.1.5) Estimated total value
Value excluding VAT: £798,178
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Provision of Primary Care Medical Services at Arlesey Medical Centre and Shortstown Surgery
Lot No
1
two.2.2) Additional CPV code(s)
- 85121000 - Medical practice services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Arlesey Medical Centre
two.2.4) Description of the procurement
The Authority (BLMK CCG) invites responses from suitably qualified and experienced General Medical Services (GMS) contract holding providers to deliver Primary Medical Services as a 'branch with patient list' from two practices;
Arlesey Medical Centre
Shortstown Surgery
from 1st November 2022
The Authority (BLMK CCG) has taken a strategic decision not to re-procure GP contracts of around 10,000 weighted list size or below as stand-alone APMS contracts, to ensure robust and sustainable long-term delivery of services.
The CCG has a strong desire that the current premises are maintained within primary care ensuring adequate access, capacity, and resilience for general practice services.
The CCG has decided that the most appropriate way to achieve this aim is to advertise these practices as branches with patient lists, thus retaining the current premises with managed list dispersal to the successful bidder/s.
The annual value pertaining to each separate Lot based on 21/22 figures is the following:
• Arlesey (Lot 1) - £436,200
• Shortstown (Lot 2) - £361,976
these figures represent the Global Sum that is calculated based on weighted list size using the Carr Hill Formula
Further information can be found within the Procurement documents.
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: £436,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
1 November 2039
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: No
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) Description
two.2.1) Title
Primary Care Medical Services at Arlesey Medical Centre and Shortstown Surgery
Lot No
2
two.2.2) Additional CPV code(s)
- 85121000 - Medical practice services
two.2.3) Place of performance
NUTS codes
- UKH24 - Bedford
Main site or place of performance
Shortstown Surgery, Bedford
two.2.4) Description of the procurement
The Authority (BLMK CCG) invites responses from suitably qualified and experienced General Medical Services (GMS) contract holding providers to deliver Primary Medical Services as a 'branch with patient list' from two practices;
Arlesey Medical Centre
Shortstown Surgery
from 1st November 2022
The Authority (BLMK CCG) has taken a strategic decision not to re-procure GP contracts of around 10,000 weighted list size or below as stand-alone APMS contracts, to ensure robust and sustainable long-term delivery of services.
The CCG has a strong desire that the current premises are maintained within primary care ensuring adequate access, capacity, and resilience for general practice services.
The CCG has decided that the most appropriate way to achieve this aim is to advertise these practices as branches with patient lists, thus retaining the current premises with managed list dispersal to the successful bidder/s.
The annual value pertaining to each separate Lot based on 21/22 figures is the following:
• Arlesey (Lot 1) - £436,200
• Shortstown (Lot 2) - £361,976
these figures represent the Global Sum that is calculated based on weighted list size using the Carr Hill Formula
Further information can be found within the Procurement documents.
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: £36,976
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
1 November 2039
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: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
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 accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
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
18 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 18 July 2022
four.2.7) Conditions for opening of tenders
Date
18 July 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Services within this procurement fall within Section 7 of the Public Contract Regulations 2015 (the "Regulations"). Neither the inclusion of the Bidder at Qualification Stage nor the use of the terms Process Overview, Selection Questionnaire, or Invitation to Tender nor any other indication shall be taken to mean that the Authority intends to hold themselves bound by any of the Regulations save those applicable to Public Contracts for social and other specific services listed in Schedule 3 of the Regulations (the "Light Touch" Regime).
Any local services agreed with successful Bidder(s) will be through separate negotiations and with a separate contract.
Disclaimer: The Authority shall not be responsible for any costs or expenses incurred by respondents to this procurement in preparing and/or submitting such responses.
To access the procurement documentation, please go to the Attain eProcurement Portal (Bravo powered by Jaggaer) at: https://attain.bravosolution.co.uk
Click on 'Register here' and follow the on-screen instructions. You can access the ITT: 'itt_273 - 'Primary Care Medical Services at Arlesey Medical Centre and Shortstown Surgery' by clicking on the link called 'View current opportunities' on the Home Page. Please note that the tender will not be accepted by any means other than through the Attain e-Procurement Portal.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
London
WC2A 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NHS Bedfordshire, Luton and Milton Keynes Clinical Commissioning Group
Capability House
Silsoe
MK45 4HR
Country
United Kingdom