Opportunity

NHSE536 – Invitation to Tender - APMS - Wingate Medical Centre

  • NHS County Durham Clinical Commissioning Group
  • NHS England and NHS Improvement - North East & Yorkshire Region

F21: Social and other specific services – public contracts (contract notice)

Notice reference: 2021/S 000-027442

Published 2 November 2021, 3:15pm



Section one: Contracting authority

one.1) Name and addresses

NHS County Durham Clinical Commissioning Group

Sedgefield Community Hospital, Salters Lane

Sedgefield

TS21 3EE

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

NUTS code

UKC1 - Tees Valley and Durham

Internet address(es)

Main address

https://countydurhamccg.nhs.uk/

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

one.1) Name and addresses

NHS England and NHS Improvement - North East & Yorkshire Region

Waterfront 4, Goldcrest Way

Newcastle upon Tyne

NE15 8NY

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

https://www.england.nhs.uk/north-east-yorkshire

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

Additional information can be obtained from another address:

NHS NORTH OF ENGLAND COMMISSIONING SUPPORT UNIT

John Snow House, Durham University Science Park

County Durham

DH1 3YG

Email

NECSU.neprocurement@nhs.net

Telephone

+44 1642746918

Country

United Kingdom

NUTS code

UKC - North East (England)

Internet address(es)

Main address

https://www.necsu.nhs.uk/

Buyer's address

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/nhsnecsu/aspx/Home

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

NHSE536 – Invitation to Tender - APMS - Wingate Medical Centre

Reference number

NHSE536

two.1.2) Main CPV code

  • 85120000 - Medical practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

North of England Commissioning Support (NECS) is a commissioning support service hosted by NHS England and is managing this Invitation to Tender for the provision of an Alternative Provider Medical Service (APMS) - Wingate Medical Centre for NHS County Durham Clinical Commissioning Group (CCG) (the Commissioner) under fully delegated authority to commission primary medical services on behalf of NHS England and NHS Improvement - North East and Yorkshire (the Contracting Authority). The contract is for an initial period of 7-years with the option of an extension period of 2-years at the discretion of the Contracting Authority/Commissioner and subject to satisfactory contractual and financial performance.

two.1.5) Estimated total value

Value excluding VAT: £3,733,209

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85120000 - Medical practice and related services

two.2.3) Place of performance

NUTS codes
  • UKC1 - Tees Valley and Durham
Main site or place of performance

Wingate Village - East of County Durham CCG boundary area.

two.2.4) Description of the procurement

The Contracting Authority/Commissioner is inviting suitably experienced organisations and or individuals to tender for the provision of an Alternative Provider Medical Services (APMS) to Wingate Medical Centre. This tender is for a contract to commence on 01 July 2022 for a contract term of an initial period of 7-years with the option to extend the contract for 2-years at the discretion of the Contracting Authority/Commissioner and subject to satisfactory contractual and financial performance.

The annual financial Capitation Payments will be based on the General Medical Service (GMS) rate of 96.78 GBP (2021/22 values) less 4.75% to account for the Out of Hours opt-outs resulting in a net price per weighted patient of 92.18 GBP with a list size as of 01 July 2021 of 3,190 patients (4,013 weighted) equating to an annual value of 369,949 GBP. This Capitation Payment is designed to cover the Essential & Additional Services element of the contract as per the NHS (General Medical Services Contracts) Regulations. In addition to Capitation Payments the practice will be eligible for Enhanced Services and Quality Outcomes Framework payments in line with GMS contractors, currently valued at 44,852 GBP per annum. The total annual contract value is estimated at 414,801 GBP.

The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (as amended) (PCR 2015) for Health, Social, Education, and certain other Service Contracts.

Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:

(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and

(b) How, in conducting the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authority/Commissioner relating to “economic, social, and environmental well-being”. Bidders should note that the Contracting Authority/Commissioner will be applying the UK Governments new Social Value Model to this procurement.

This procurement will be conducted via the NECS e-Tendering system and as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the e-Tendering portal.

To express an interest in tendering for this procurement, please register on the e-Tendering portal, which can be found at:

https://in-tendhost.co.uk/nhsnecsu/aspx/Home and follow the registration instructions.

Please note that it is free to register on the e-Tendering portal, which can be accessed at any time of day. Should bidders have any queries regarding In-Tend a dedicated help desk is available and can be contacted on +448442728810 or email: support@in-tend.co.uk.

Current proposed legislation may mean that the current responsibilities of CCGs will transfer into Integrated Care Systems (ICSs). ICSs are now expected to become statutory bodies by April 2022, and therefore the ultimate Commissioner for this contract may change.

The Server Clock displayed within the e-Tendering system shall govern the time for close of tender returns.

Tender documentation will be available via the e-Tendering portal on 02 November 2021 with a tender return time and date of 12:00 noon on 03 December 2021.

two.2.6) Estimated value

Value excluding VAT: £3,733,209

two.2.7) Duration of the contract or the framework agreement

Duration in months

108

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.2.14) Additional information

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) will apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (as amended) for Health, Social, Education, and certain other Service Contracts.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per ITT Documentation

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: http://www.legislation.gov.uk/uksi/2015/102/pdfs/uksi_20150102_en.pdf

four.1.11) Main features of the award procedure

The Contracting Authority will notify bidders of the outcome of the procurement process in accordance with Regulation 86 of Public Contracts Regulations (as amended) (PCR 2015) and will adhere to the 10-day standstill period as described in Regulation 87 of PCR 2015. Deadlines for lodging of appeals should be in accordance with Chapter 6, Regulation 92 to 104 of PCR 2015.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-013777

four.2.2) Time limit for receipt of tenders or requests to participate

Date

3 December 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.3) Additional information

The Contracting Authority/Commissioner, and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.

The Server Clock displayed within the e-Tendering system shall govern the time for close of tender returns.

Tender documentation will be available via the e-Tendering portal on 02 November 2021 with a tender return time and date of 12:00 noon on 03 December 2021.

(MT Ref:224096)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Contracting Authority/Commissioner will act in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Part 3 Chapter 6 Regulation 88 to 104 of the Public Contract Regulations 2015 (SI 2015 No 102) (PCR 2015). Part 3 of the PCR 2015 provides for appeals to be made to the High Court subject to the time limitations and other required procedural steps. The rules relating to appeal are complex and dissatisfied bidders were advised to take their own prompt legal advice.

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

The High Courts of Justice

London

WC242LL

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice