Awarded contract

PRJ889 - Primary Medical Services in Tower Hamlets

  • NHS England

F03: Contract award notice

Notice reference: 2022/S 000-023329

Published 22 August 2022, 4:02pm



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House

Leeds

LS2 7UE

Contact

Khadijah Yasmin

Email

Khadijah.yasmin@nhs.net

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.england.nhs.uk/

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

PRJ889 - Primary Medical Services in Tower Hamlets

Reference number

DN586611

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

This award notice concerns the procurement of General Practice (GP) Services via an Alternative Provider Medical Services (APMS) contract for the following:

Lot 1 - The Barkantine Practice, 121 Westferry Rd, London, E14 8JH

Lot 2 - St Andrews Health Centre, 2 Hannaford Walk, London E3 3FF and St Paul’s Way Medical Centre, First Floor, 11 Selsey St, London E14 7LJ

The Procurement exercise was conducted via Further Competition / Call-off procedure under NHS England's APMS Pseudo Dynamic Purchasing System (PDPS) (OJEU ref: 2020/S 016-034789).

London Shared Service) on behalf of the Authority, in connection with a competitive procurement exercise that was conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).

The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.

NHS England (NHSE) retains formal liability for the commissioning of primary medical care GP services and is therefore referenced as "the Authority" in this award notice; however, the decisions applicable to this Procurement will was made by North East London Clinical Commissioning Group (NEL CCG) in line with its Delegation Agreement with the Authority. In circumstances where a CCG has accepted fully delegated responsibility under co-commissioning. Its successor body NHS North East London Integrated Care Board (ICB) will be the signatory to the Contract on behalf of NHS England.

Both Contracts will commence on 01 November 2022 for an initial period of 5 years (60 months). The Contracts may be extended for an additional period of up to 5 years (60 months), at the sole discretion of the Authority, followed by a further optional extension period of up to 5 years (60 months) at the sole discretion of the Authority. Therefore, the maximum duration of both contracts if all available extensions are applied is 15 years (180 months).

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £98,655,000

two.2) Description

two.2.1) Title

Barkantine Practice

Lot No

1

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKI42 - Tower Hamlets

two.2.4) Description of the procurement

This award notice concerns the procurement of General Practice (GP) Services via an Alternative Provider Medical Services (APMS) contract for the following:

Lot 1 - The Barkantine Practice, 121 Westferry Rd, London, E14 8JH

The Procurement exercise was conducted via Further Competition / Call-off procedure under NHS England's APMS Pseudo Dynamic Purchasing System (PDPS) (OJEU ref: 2020/S 016-034789).

London Shared Service) on behalf of the Authority, in connection with a competitive procurement exercise that was conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).

The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.

NHS England (NHSE) retains formal liability for the commissioning of primary medical care GP services and is therefore referenced as "the Authority" in this award notice; however, the decisions applicable to this Procurement will was made by North East London Clinical Commissioning Group (NEL CCG) in line with its Delegation Agreement with the Authority. In circumstances where a CCG has accepted fully delegated responsibility under co-commissioning. Its successor body NHS North East London Integrated Care Board (ICB) will be the signatory to the Contract on behalf of NHS England.

The contract will commence on 01 November 2022 for an initial period of 5 years (60 months). The Contract may be extended for an additional period of up to 5 years (60 months), at the sole discretion of the Authority, followed by a further optional extension period of up to 5 years (60 months) at the sole discretion of the Authority. Therefore, the maximum duration of the contract if all available extensions are applied is 15 years (180 months).

Contract value over 15 years - £2,698,000 x 15 = £40,470,000

(Excludes projected increase in practice list size, nationally agreed uplifts to Global Sum and Transitional Support Funding (Maximum £500,000) that is available in Year 1 only.)

two.2.5) Award criteria

Quality criterion - Name: ITT Generic Questionnaire / Weighting: 30.00

Quality criterion - Name: Lot 1 Barkantine (Lot Specific) / Weighting: 55.00

Quality criterion - Name: Bidder Presentations/Interviews / Weighting: 15.00

Price - Weighting: 0.00

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

St Andrews and St Pauls Way Practices

Lot No

2

two.2.2) Additional CPV code(s)

  • 85121100 - General-practitioner services

two.2.3) Place of performance

NUTS codes
  • UKI42 - Tower Hamlets

two.2.4) Description of the procurement

This award notice concerns the procurement of General Practice (GP) Services via an Alternative Provider Medical Services (APMS) contract for the following:

Lot 2 - St Andrews Health Centre, 2 Hannaford Walk, London E3 3FF and St Paul’s Way Medical Centre, First Floor, 11 Selsey St, London E14 7LJ

The Procurement exercise was conducted via Further Competition / Call-off procedure under NHS England's APMS Pseudo Dynamic Purchasing System (PDPS) (OJEU ref: 2020/S 016-034789).

London Shared Service) on behalf of the Authority, in connection with a competitive procurement exercise that was conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)).

The Service falls within the scope of the Light Touch Regime (LTR) - Section 7 (Reg 74) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to "Open procedure", "ITT", the use of the term "tender process", or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.

NHS England (NHSE) retains formal liability for the commissioning of primary medical care GP services and is therefore referenced as "the Authority" in this award notice; however, the decisions applicable to this Procurement will was made by North East London Clinical Commissioning Group (NEL CCG) in line with its Delegation Agreement with the Authority. In circumstances where a CCG has accepted fully delegated responsibility under co-commissioning. Its successor body NHS North East London Integrated Care Board (ICB) will be the signatory to the Contract on behalf of NHS England.

The Contract will commence on 01 November 2022 for an initial period of 5 years (60 months). The Contracts may be extended for an additional period of up to 5 years (60 months), at the sole discretion of the Authority, followed by a further optional extension period of up to 5 years (60 months) at the sole discretion of the Authority. Therefore, the maximum duration of the contract if all available extensions are applied is 15 years (180 months).

Contract value over 15 years - £3,879,000 x 15 = £58,185,000

(Excludes projected increase in practice list size, nationally agreed uplifts to Global Sum and Transitional Support Funding (Maximum £100,000) that is available in Year 1 only.)

two.2.5) Award criteria

Quality criterion - Name: ITT Generic Questionnaire / Weighting: 30.00

Quality criterion - Name: Lot 2 St Andrews and St Pauls (Lot Specific) / Weighting: 55.00

Quality criterion - Name: Bidder Presentations/Interviews / Weighting: 15.00

Price - Weighting: 00.00

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

Restricted 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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 016-034789


Section five. Award of contract

Contract No

PRJ889

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 August 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

The Barkantine Practice

121 Westferry Rd,

London

E14 8JH

Country

United Kingdom

NUTS code
  • UKI42 - Tower Hamlets
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £40,470,000


Section five. Award of contract

Contract No

PRJ889

Lot No

2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 August 2022

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Bromley by Bow Health Partnership

St. Leonards Street

London

E3 3BT

Country

United Kingdom

NUTS code
  • UKI42 - Tower Hamlets
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £58,185,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NHS England

Quarry House

Leeds

LS2 7UE

Country

United Kingdom