Section one: Contracting authority
one.1) Name and addresses
NHS Kirklees CCG
2nd Floor, Norwich Union House, Market Street
Huddersfield
HD1 2LR
Contact
Brenda Powell
Telephone
+44 01484464262
Country
United Kingdom
NUTS code
UKE44 - Calderdale and Kirklees
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.nhssourcing.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.nhssourcing.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
Broughton House Medical Practice
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 Commissioners are seeking to identify a provider(s) who will deliver GP Services under an Alternative Primary Medical Services (APMS) contract.
two.1.5) Estimated total value
Value excluding VAT: £1,780,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKE44 - Calderdale and Kirklees
Main site or place of performance
NHS Kirklees CCGL Batley, West Yorkshire
two.2.4) Description of the procurement
NHS Kirklees CCG is inviting suitably qualified and experienced providers to deliver Primary Care Medical Services for a GP practice in Batley, West Yorkshire.
The Commissioners are seeking to identify a provider(s) who will deliver GP Services under an Alternative Primary Medical Services (APMS) contract. This service will have an estimated weighted patient list size of 3622 and raw patient list size of 3565 based as of April 2021. The Practice will operate for core hours only and will be open between 8.00am and 6.30pm, Monday to Friday, excluding Bank Holidays. As a result of this procurement exercise an agreement will be established with the successful bidder(s) for a period of 5 years with the Commissioners having the option to extend for up to an additional 2 years (maximum contract duration 7 years). The new contract is due to commence on 1st April 2022. The successful bidder (s) will be expected to deliver Tier 1 (core services) and Tier 2 (Kirklees Essentials) of the Kirklees primary care model. The contract value to deliver Tier 1 will be based on a national determined GMS payment rate per registered weighted patient (minus an out of hours payment deduction). The contract value to deliver Tier 2 will be based on a Kirklees locally determined payment rate per registered weighted patient.
Additional income can be earned from the Quality and Outcomes Framework (QOF) payment, sign up to locally commissioned service delivery and Enhanced Services Payments.
The successful Bidder will need to demonstrate that they can deliver services of a continuously high-quality and will be responsive to the needs of the local population.
The service must be GP led and provided by GPs, supported by nurses and other clinical professionals or healthcare workers throughout core hours.
The successful Provider will be expected to:
*Provide primary care services which are accessible, convenient and responsive
*Design services around the needs of patients and carers, ensuring they are offered more choice and a greater say in their treatment
*Reduce unplanned admissions to hospital by enabling patients to seek urgent care from a GP or Nurse practitioner
*Have processes in place to evaluate and continually improve on patient satisfaction
*Have processes in place to engage effectively with the local communities
*Participate in National QOF
*Be eligible for and expected to provide all Enhanced Services, remunerated in line with the relevant Directions as specified by the commissioner on an annual basis
*Promote healthy living with the aim of tackling the underlying causes of ill health *Work in a network with other practices across the local area
*Participate in the PCN DES and other collaborative working approaches as part of the aligned PCN
*Participate in locally commissioned enhanced services as appropriate to the community need.
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
Start date
1 April 2022
End date
31 March 2027
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 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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 September 2021
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
3 September 2021
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
Royal Court of Justice
Strand, Holborn
London
WC2AA 2LL
Telephone
+44 2079476000
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice