Section one: Contracting authority
one.1) Name and addresses
NHS London Commercial Hub on behalf of NHSE and SEL ICB Southwark
4th Floor, Unex Tower, 5 Station Street
London
E15 1DA
Contact
Ms Kiran Uppal
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
https://londoncommercialhub.nhs.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=5033cbf4-1806-ee11-8123-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=5033cbf4-1806-ee11-8123-005056b64545
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
PRJ-1289-NHSE-New Mill St Practice APMS SEL ICB Southwark ITT
Reference number
DN673694
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 South East London Integrated Care Board (NHS SEL ICB) (hereafter referred to as the “The ICB”) under delegated commissioning on behalf of NHS England (hereafter referred to as “the Authority”) invites Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of GP Primary Medical Services and specified local Premium services under Alternative Provider Medical Services (APMS) Contract to patients of the New Mill Street Practice within the borough of Southwark (“the Procurement”).
Background of the Service:
This service is an established Southwark practice which works closely with practices within Bermondsey Neighbourhood Team and North Southwark Primary Care Network.
New Mill Street General Practice currently provides GP services to 5936 People residing in the borough of Southwark.
Contract Length and Value:
The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) plus 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).
The indicative contract value for this service for 2024/25 is £629,441 and over the five years the indicative contract value will be £3,147,205.
Over the 15 years, if contract is extended to its full duration, the total indicative maximum contract value will be £9,441,615.
The indicated contract value shown is dependent on the practice list size. It is expected that there will be some list size growth in line with local and national expected population increase.
Aims of the Service;
The aims of the service are to:
• deliver general medical services to the registered population.
• To have a proactive patient centred model of care adopting a multidisciplinary approach to case management.
• provide a responsive service which adapts over time to patient feedback and to changes in evidence
• develop effective working relationships across the wider system, such as but not exclusively, nursing homes, acute hospitals, community nursing, voluntary sector organisations.
• To work closely within their Integrated Neighbourhood Team and with the PCN, to support delivery of the GMS contract to the local population.
• To help improve consistency and remove variation across the borough in quality of care.
• To consistently provide high quality care to the patients
• improve patient satisfaction and outcomes
• improve management of long-term conditions within the practice cohort
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part 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 74-76) 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.
Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
Main site or place of performance
Southwark
two.2.4) Description of the procurement
NHS South East London Integrated Care Board (NHS SEL ICB) (hereafter referred to as the “The ICB”) under delegated commissioning on behalf of NHS England (hereafter referred to as “the Authority”) invites Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of GP Primary Medical Services and specified local Premium services under Alternative Provider Medical Services (APMS) Contract to patients of the New Mill Street Practice within the borough of Southwark (“the Procurement”).
Background of the Service:
This service is an established Southwark practice which works closely with practices within Bermondsey Neighbourhood Team and North Southwark Primary Care Network.
New Mill Street General Practice currently provides GP services to 5936 People residing in the borough of Southwark.
Contract Length and Value:
The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) plus 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).
The indicative contract value for this service for 2024/25 is £629,441 and over the five years the indicative contract value will be £3,147,205.
Over the 15 years, if contract is extended to its full duration, the total indicative maximum contract value will be £9,441,615.
The indicated contract value shown is dependent on the practice list size. It is expected that there will be some list size growth in line with local and national expected population increase.
Aims of the Service;
The aims of the service are to:
• deliver general medical services to the registered population.
• To have a proactive patient centred model of care adopting a multidisciplinary approach to case management.
• provide a responsive service which adapts over time to patient feedback and to changes in evidence
• develop effective working relationships across the wider system, such as but not exclusively, nursing homes, acute hospitals, community nursing, voluntary sector organisations.
• To work closely within their Integrated Neighbourhood Team and with the PCN, to support delivery of the GMS contract to the local population.
• To help improve consistency and remove variation across the borough in quality of care.
• To consistently provide high quality care to the patients
• improve patient satisfaction and outcomes
• improve management of long-term conditions within the practice cohort
The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a process, based in part 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 74-76) 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.
Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.
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) Form of procedure
Open procedure
four.2) Administrative information
four.2.2) Time limit for receipt of expressions of interest
Date
26 September 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English