Section one: Contracting authority
one.1) Name and addresses
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
THREE SIX ZERO
BRISTOL
BS13NX
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://health-family.force.com/s/Welcome
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 electronically via
https://health-family.force.com/s/Welcome
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
Plymouth Primary Care Medical Services (the Mayflower Group) for and on behalf of NHS England (NHSE), by NHS Devon ICB
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Devon ICB ("the Commissioner"), on behalf of NHS England (NHSE) are seeking providers with capability and capacity to deliver Primary Care Medical Services from existing facilities in Plymouth (the Mayflower Group).
The service will provide the full range of primary medical care services through an APMS contract with an expectation to provide a variety of Locally Enhanced Services delivered through an NHS Standard Contract.
The contract term will be 10 years, with services scheduled to commence on 1st April 2024.
The annual budget is expected to be approx. £7.4m but will be variable depending on a combination of factors such as list size and nationally agreed global sum payments, nationally agreed Direct Enhanced Services, locally agreed Local Enhanced Services and other standard primary medical services entitlements.
Short term transitional funding will also be available during the first 24 months of the contract and will be in addition to any contract payment during the same period. This funding will be limited to £3m in the first contract year and £1m in the second year. Bidders wishing to receive this funding will be subject to a scored full cost breakdown and scored financial narrative within their bid submission.
Interested parties must be eligible to hold an APMS (Alternative Provider Medical Services) contract and appropriate CQC registration.
The Key requirements, that you must confirm you are able to meet are:
• Recent evidence of working at scale providing integrated health services within a community setting
• On line and face to face services MUST be provided
• Recurrent delivery within core GMS funding
• Demonstrable knowledge of the patient population to be served and demonstrable evidence of delivering health care services to a similar group
• Proven track record of recruitment and retention of clinical and support staff, with robust workforce plan
• Recent evidence of high-quality service delivery, which might include positive regulatory assessment
• Demonstrable ability to provide high quality primary medical services
• Evidence of managing significant service improvement and delivering change in a challenging environment
A full specification and list of defined requirements and outcomes has been included with the opportunity.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
NHS Devon ICB ("the Commissioner"), on behalf of NHS England (NHSE) are seeking providers with capability and capacity to deliver Primary Care Medical Services from existing facilities in Plymouth (the Mayflower Group).
The service will provide the full range of primary medical care services through an APMS contract with an expectation to provide a variety of Locally Enhanced Services delivered through an NHS Standard Contract.
The contract term will be 10 years, with services scheduled to commence on 1st April 2024.
The annual budget is expected to be approx. £7.4m but will be variable depending on a combination of factors such as list size and nationally agreed global sum payments, nationally agreed Direct Enhanced Services, locally agreed Local Enhanced Services and other standard primary medical services entitlements.
Short term transitional funding will also be available during the first 24 months of the contract and will be in addition to any contract payment during the same period. This funding will be limited to £3m in the first contract year and £1m in the second year. Bidders wishing to receive this funding will be subject to a scored full cost breakdown and scored financial narrative within their bid submission.
Interested parties must be eligible to hold an APMS (Alternative Provider Medical Services) contract and appropriate CQC registration.
The Key requirements, that you must confirm you are able to meet are:
• Recent evidence of working at scale providing integrated health services within a community setting
• On line and face to face services MUST be provided
• Recurrent delivery within core GMS funding
• Demonstrable knowledge of the patient population to be served and demonstrable evidence of delivering health care services to a similar group
• Proven track record of recruitment and retention of clinical and support staff, with robust workforce plan
• Recent evidence of high-quality service delivery, which might include positive regulatory assessment
• Demonstrable ability to provide high quality primary medical services
• Evidence of managing significant service improvement and delivering change in a challenging environment
A full specification and list of defined requirements and outcomes has been included with the opportunity.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome.
Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page.
If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid.
The services are healthcare services falling within Schedule 3 to the Public Contracts Regulations 2015 ("the Regulations") which are not subject to the full regime of the Regulations, but are instead governed by the "Light Touch Regime" contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services.
Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations.
Bidders will be notified of a contract award decision and the Contracting Authority intends to voluntarily observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).
Section four. Procedure
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 August 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English