Tender

Primary Care Medical Services at Arlesey Medical Centre and Shortstown Surgery

  • NHS Bedfordshire, Luton and Milton Keynes Clinical Commissioning Group

F02: Contract notice

Notice identifier: 2022/S 000-016587

Procurement identifier (OCID): ocds-h6vhtk-034770

Published 16 June 2022, 4:26pm



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

Email

rod.skinner@attain.co.uk

Country

United Kingdom

NUTS code

UKH2 - Bedfordshire and Hertfordshire

Internet address(es)

Main address

https://www.blmkccg.nhs.uk/

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

Email

rod.skinner@attain.co.uk

Country

United Kingdom

Internet address

https://www.blmkccg.nhs.uk/