- Scope of the procurement
- Lot 1. Provision of Alternative Provider of Medical Services (APMS) Contract - Y00999 - Oddfellows Health Centre & St Clements Health Centre
- Lot 2. Provision of Alternative Provider of Medical Services (APMS) Contract - F81110 - Tilbury Health Centre
- Lot 3. Provision of Alternative Provider of Medical Services (APMS) Contract - Y02807 Thurrock Health Centre
- Lot 4. Provision of Alternative Provider of Medical Services (APMS) Contract F81206 - Commonwealth Health Centre
- Lot 5. Provision of Alternative Provider of Medical Services (APMS) Contract - Y00033 Purfleet Care Centre
- Lot 6. Provision of Alternative Provider of Medical Services (APMS) Contract - F81684 North Shoebury Practice
Section one: Contracting authority
one.1) Name and addresses
NHS Mid and South Essex Integrated Care Board
Phoenix House, Christopher Martin Road
Basildon
SS14 3HG
Country
United Kingdom
NUTS code
UKH3 - Essex
Internet address(es)
Main address
https://https://www.midandsouthesssex.icb.nhs.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://attain.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://attain.bravosolution.co.uk
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
Provision of Alternative Provider of Medical Services (APMS) Contracts under six Lots across Thurrock and Southend
Reference number
ACE-0596-2022-MSE
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s) for a period of 15 years.
Contracts for Lots 1 to 4 and Lot 6 will run from 01/04/23 - 31/03/38, and the contract for Lot 5 will run from 01/07/23 - 30/06/38. The aggregate value (forecasted financial entitlement) of the contract across all 6 Lots is £91,153,559, including up to £25,000 Allowable Mobilisation Budget on a cost incurred basis, per Lot, in Year 1). (The financial entitlement across all six Lots, minus the allowable mobilisation budget is £91,003,559).
The Lots:
• Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st July 2023 until 30th June 2038
• Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038
The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements. As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population.
The contract that is to be entered into by the Authority and the Preferred Bidder will be governed by the Standard Alternative Provider of Medical Services (APMS) Contract.
two.1.5) Estimated total value
Value excluding VAT: £91,153,559
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
-Award of up to six separate contracts for Single Lots (i.e. a Single Bidder may be awarded; Lot 1 only, Lot 2 only, Lot 3 only, Lot 4 only, Lot 5 only, Lot 6 only)
-Award of multiple separate contracts for any combination of Lots between Lot 1 to Lot 6 (i.e. a Single Bidder may be awarded; 2 Lots, 3 Lots, 4 Lots, 5 Lots, all 6 Lots)
-Award contracts for less than six Lots, or no Lots at all.
two.2) Description
two.2.1) Title
Provision of Alternative Provider of Medical Services (APMS) Contract - Y00999 - Oddfellows Health Centre & St Clements Health Centre
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
- 85121000 - Medical practice services
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Thurrock, Essex
two.2.4) Description of the procurement
The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s).
The services must continue to be provided at the existing sites and the Authority wish to ensure that there is no interruption to patients' continuity of care and access requirements. The Authority is undertaking a single one-stage procurement under the Light Touch Regime for all six contracts, with each acting as a separate and individual 'lot' and subsequent contract, to enable the mobilisation of a new provider(s) from 1 April 2023 for Lots 1, 2 3, 4 and 6 and from 1st July 2023 for Lot 5.
• Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038 (THIS LOT)
• Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st July 2023 until 30th June 2038
• Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038
The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements.
As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population. The contract for Lot 1 will run from 01/04/23 - 31/03/38, and the Estimated Total Contract Value (forecasted financial entitlement plus maximum allowable mobilisation budget in year 1) is £18,412,870.
The contract that is to be entered into by the Authority and the Preferred Bidder will be non-clinical and as such will be governed by the NHS Terms and Conditions for Provision of Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £18,412,870
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2038
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
two.2.14) Additional information
Please refer to section VI.3) Additional information of this Contract Notice for Additional Information pertinent to all Lots under this procurement.
two.2) Description
two.2.1) Title
Provision of Alternative Provider of Medical Services (APMS) Contract - F81110 - Tilbury Health Centre
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
- 85121000 - Medical practice services
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Thurrock, Essex
two.2.4) Description of the procurement
The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s).
The services must continue to be provided at the existing sites and the Authority wish to ensure that there is no interruption to patients' continuity of care and access requirements. The Authority is undertaking a single one-stage procurement under the Light Touch Regime for all six contracts, with each acting as a separate and individual 'lot' and subsequent contract, to enable the mobilisation of a new provider(s) from 1 April 2023 for Lots 1, 2 3, 4 and 6 and from 1st July 2023 for Lot 5.
• Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038 (THIS LOT)
• Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st April 2023 until 31st March 2038
• Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038
The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements.
As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population. The contract for Lot 2 will run from 01/04/23 - 31/03/38, and the Estimated Total Contract Value (forecasted financial entitlement plus maximum allowable mobilisation budget in year 1) is £22,809,687
The contract that is to be entered into by the Authority and the Preferred Bidder will be non-clinical and as such will be governed by the NHS Terms and Conditions for Provision of Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: o
two.2.6) Estimated value
Value excluding VAT: £22,809,687
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2037
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
two.2.14) Additional information
Please refer to section VI.3) Additional information of this Contract Notice for Additional Information pertinent to all Lots under this procurement.
two.2) Description
two.2.1) Title
Provision of Alternative Provider of Medical Services (APMS) Contract - Y02807 Thurrock Health Centre
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
- 85121000 - Medical practice services
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Thurrock, Essex
two.2.4) Description of the procurement
The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s).
The services must continue to be provided at the existing sites and the Authority wish to ensure that there is no interruption to patients' continuity of care and access requirements. The Authority is undertaking a single one-stage procurement under the Light Touch Regime for all six contracts, with each acting as a separate and individual 'lot' and subsequent contract, to enable the mobilisation of a new provider(s) from 1 April 2023 for Lots 1, 2 3, 4 and 6 and from 1st July 2023 for Lot 5.
• Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038 - (THIS LOT)
• Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st July 2023 until 30th June 2038
• Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038
The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements.
As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population. The contract for Lot 3 will run from 01/04/23 - 31/03/38, and the Estimated Total Contract Value (forecasted financial entitlement plus maximum allowable mobilisation budget in year 1) is £18,227,383.
The contract that is to be entered into by the Authority and the Preferred Bidder will be non-clinical and as such will be governed by the NHS Terms and Conditions for Provision of Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £18,227,383
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2038
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
two.2.14) Additional information
Please refer to section VI.3) Additional information of this Contract Notice for Additional Information pertinent to all Lots under this procurement.
two.2) Description
two.2.1) Title
Provision of Alternative Provider of Medical Services (APMS) Contract F81206 - Commonwealth Health Centre
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Thurrock, Essex
two.2.4) Description of the procurement
The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s).
The services must continue to be provided at the existing sites and the Authority wish to ensure that there is no interruption to patients' continuity of care and access requirements. The Authority is undertaking a single one-stage procurement under the Light Touch Regime for all six contracts, with each acting as a separate and individual 'lot' and subsequent contract, to enable the mobilisation of a new provider(s) from 1 April 2023 for Lots 1, 2 3, 4 and 6 and from 1st July 2023 for Lot 5.
• Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038 (THIS LOT)
• Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038 (THIS LOT)
• Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st July 2023 until 30th June 2038 -
• Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038
The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements.
As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population. The contract for Lot 4 will run from 01/04/23 - 31/03/38, and the Estimated Total Contract Value (forecasted financial entitlement plus maximum allowable mobilisation budget in year 1) is ££10,839,339.
The contract that is to be entered into by the Authority and the Preferred Bidder will be non-clinical and as such will be governed by the NHS Terms and Conditions for Provision of Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £10,839,339
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2038
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
two.2.14) Additional information
Please refer to section VI.3) Additional information of this Contract Notice for Additional Information pertinent to all Lots under this procurement.
two.2) Description
two.2.1) Title
Provision of Alternative Provider of Medical Services (APMS) Contract - Y00033 Purfleet Care Centre
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
- 85121000 - Medical practice services
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Thurrock, Essex
two.2.4) Description of the procurement
The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s).
The services must continue to be provided at the existing sites and the Authority wish to ensure that there is no interruption to patients' continuity of care and access requirements. The Authority is undertaking a single one-stage procurement under the Light Touch Regime for all six contracts, with each acting as a separate and individual 'lot' and subsequent contract, to enable the mobilisation of a new provider(s) from 1 April 2023 for Lots 1, 2 3, 4 and 6 and from 1st July 2023 for Lot 5.
• Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038 (THIS LOT)
• Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st July 2023 until 30th June 2038 (THIS LOT)
• Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038
The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements.
As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population. The contract for Lot 5 will run from 01/07/23 - 30/06/38, and the Estimated Total Contract Value (forecasted financial entitlement plus maximum allowable mobilisation budget in year 1) is £9,795,004
The contract that is to be entered into by the Authority and the Preferred Bidder will be non-clinical and as such will be governed by the NHS Terms and Conditions for Provision of Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £9,795,004
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2038
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
two.2.14) Additional information
Please refer to section VI.3) Additional information of this Contract Notice for Additional Information pertinent to all Lots under this procurement.
two.2) Description
two.2.1) Title
Provision of Alternative Provider of Medical Services (APMS) Contract - F81684 North Shoebury Practice
Lot No
Lot 6
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85120000 - Medical practice and related services
- 85121000 - Medical practice services
- 85141000 - Services provided by medical personnel
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Southend, Essex
two.2.4) Description of the procurement
The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s).
The services must continue to be provided at the existing sites and the Authority wish to ensure that there is no interruption to patients' continuity of care and access requirements. The Authority is undertaking a single one-stage procurement under the Light Touch Regime for all six contracts, with each acting as a separate and individual 'lot' and subsequent contract, to enable the mobilisation of a new provider(s) from 1 April 2023 for Lots 1, 2 3, 4 and 6 and from 1st July 2023 for Lot 5.
• Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038 (THIS LOT)
• Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038
• Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st July 2023 until 30th June 2038
• Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038 - (THIS LOT)
The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements.
As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population. The contract for Lot 6 will run from 01/04/23 - 31/03/38, and the Estimated Total Contract Value (forecasted financial entitlement plus maximum allowable mobilisation budget in year 1) is £11,069,276
The contract that is to be entered into by the Authority and the Preferred Bidder will be non-clinical and as such will be governed by the NHS Terms and Conditions for Provision of Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 100
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £11,069,276
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2038
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
two.2.14) Additional information
Please refer to section VI.3) Additional information of this Contract Notice for Additional Information pertinent to all Lots under this procurement.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
three.1.2) Economic and financial standing
List and brief description of selection criteria
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
Minimum level(s) of standards possibly required
The Authority will use a Financial Evaluation Methodology as set out in the procurement pack at clauses 4.23 - 4.31 in the ITT Process Overview, to confirm the economic and financial standing, identity and solvency of the Bidder and all other Relevant Organisations (any individual organisation or person connected with a response to the ITT and / or connected with a bid submission whether as part of a consortium or sub-contracting arrangement or any other bidding model being proposed).
Bidders should note that turnover is one of the elements evaluated as part of Financial Standing. The Bidders minimum annual turnover required must be at least once the estimated annual contract value per Lot or once the estimated annual contract value per combination of Lot(s) being bid for (see table below for confirmation of annual values per Lot), to provide adequate assurances to the Authority of the Bidder’s economic and financial standing in relation to groups of lots, in the event that the Preferred Bidder(s) is awarded several lots to be executed at the same time.
three.1.3) Technical and professional ability
List and brief description of selection criteria
In accordance with Regulations 56 to 58 of The Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) and as set out in the qualification envelope which is available with the procurement documents.
Minimum level(s) of standards possibly required
Please refer to the Procurement Documents for full details:
-Technical and Professional Ability (up to three contract examples demonstrated)
-Relevant commercial organisations meet the requirements of the Modern Slavery Act 2015
-Supplier has in place appropriate indemnity insurance for the nature of the service being procured.
- Self-certification that your organisation (and any sub-contractors) has up to date Policies that comply with current legislation (including Health & Safety, Equality and Diversity, processes and practices that comply with the NHS Employment Check Standards, recruitment policy, processes and practices that comply with current DBS regulations and guidance, Safeguarding Policy and Procedure that complies with current Safeguarding legislation, the Safeguarding children, young people and adults at risk in the NHS: Safeguarding accountability and assurance framework and the SET Safeguarding and Child Protection Procedures / SET Safeguarding Adults Procedures and the intercollegiate documents, provided within the procurement documents.
-Evidence that the organisation has met all mandatory assertions of the NHS Data Security and Protection 'Self-Assessment' Toolkit
-Declaration that the organisation has read fully, understood and accepts the terms and conditions that will govern any future Primary Care Medical Service, which is the Standard Alternative Provider of Medical Services (APMS) Contract
-TUPE Confidentiality Agreement
-Declaration of Conflicts of Interest
-There is minimum pass threshold of 60% on the total weighted Technical Score.
- Price will be evaluated on a Pass / Fail basis.
- As a pre-requisite for submitting a compliant Bid, Bidders must:
-Accept and adhere to Authority’s claims policy in terms of what is in-scope and out of scope of the Allowable Mobilisation Budget
-Submit a fully completed Financial Model Template demonstrating Proposed Costs per each Lot(s).
By submitting your ITT response you:
(a) Accept that each Lot is being evaluated as separate to and individual of any other Lot or combination of Lots.
(b) That the Authority is not accepting variant bids.
(c) Confirm that the cost within your FMT associated with mobilising the relevant Lot you are bidding for applies to said Lot only, and that your pricing is not dependent upon being awarded any particular combination of Lots.
(d) Confirm that any efficiencies applied are solely at your commercial discretion and risk, should you not be successfully awarded all Lots, or any combination of Lots you have bid for.
(e) Confirm understanding that if you qualify your FMT in any way during the Preferred Bidder stage, as a result of the outcome of the procurement exercise, the Authority reserves the right to immediately activate the Reserve Bidder for the relevant Lot(s). There will be no opportunity to submit or negotiate a different price to that which was submitted in your FMT by the tender deadline.
(f) Accept Estimated Total Contract Value (see 2.14) for the relevant Lot being bid for as set out in the procurement documents.
(g) Confirm that you can deliver the Services fully over the entire duration of the contract term, within the financial entitlement available
(h) Confirm that you can deliver the Services fully over the entire duration of the contract term, within the Estimated Total Contract Value available.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See the Form of Contract and KPIs supplied with the procurement documents.
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-025162
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 November 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 November 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Services fall within Section 7 of the Public Contract Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020) (the "Regulations"). Neither the inclusion of a Selection Questionnaire / Qualification Stage, nor the use of the terms Open or One-Stage procedure, Invitation to Tender Process Overview, Invitation to Tender, nor any other indication shall be taken to mean that the Authority intend to hold themselves bound by any of the Regulations save those applicable to Public Contracts for Social and Other Specific Services listed in Schedule 3 of the Regulations (the “Light Touch” Regime).
The Authority may wish to expand the Services during the lifetime of the contract ("Contract modification(s)"). To this end, the Bidder should be aware that after the award of contract, there is a possibility that the successful Bidder may be offered a variation(s) to the contract in accordance with Regulation 72 of the Public Contracts Regulations 2015 (as amended The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020), in the potential circumstances and or situations as further communicated in the ITT Process Overview.
The Authority nor its advisors shall not be liable for any costs or expenses incurred by any organisation, agent or subsidiary involved in responding to this procurement. The commissioners reserve the right to withdraw from the process at any time or to not tender the service or to tender on a different basis.
To access the procurement documentation, please go to the eProcurement Portal (Bravo powered by Jaggaer) at: https://attain.bravosolution.co.uk. Click on 'Register here' and follow the on-screen instructions. Access the procurement documents via the link 'View current opportunities' on the homepage.
All Bidders must 'self-invite' their organisations to the Qualification Only ITT entitled ‘itt_100 - Provision of Alternative Provider of Medical Services (APMS) Contracts under six Lots across Thurrock and Southend - Selection Questionnaire (Lots 1 - 6)’. Failure to do so will result in a non-compliant bid.
Bidders should also 'self-invite' their organisations to bid for all of the relevant Lots they wish to bid for, as titled below:
• itt_105 - Lot 1 - Provision of Alternative Provider of Medical Services (APMS) Contract - Y00999 Oddfellows Hall and St Clements
• itt_106 - Lot 2 - Provision of Alternative Provider of Medical Services (APMS) Contract - F81110 Tilbury Health Centre (including Dilip and Chadwell)
• itt_107 - Lot 3 - Provision of Alternative Provider of Medical Services (APMS) Contract - Y02807 Thurrock Health Centre
• itt_108 – Lot 4 - Provision of Alternative Provider of Medical Services (APMS) Contract - F81206 - Commonwealth Health Centre
• itt_109 – Lot 5 - Provision of Alternative Provider of Medical Services (APMS) Contract - Y00033 Purfleet Care Centre
• itt_110 – Lot 6 - Provision of Alternative Provider of Medical Services (APMS) Contract - F81684 North Shoebury Practice
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
NHS Mid and South Essex Integrated Care Board
Unit 10, Phoenix House, Christopher Martin Rd,
Basildon
SS14 3HG
Country
United Kingdom