Opportunity

Provision of APMS contract at Parker Drive Surgery and Manor Park Medical Practice for NHS Leicester, Leicestershire and Rutland Integrated Care Board

  • NHS Leicester, Leicestershire and Rutland Integrated Care Board
  • NHS Leicester, Leicestershire and Rutland Integrated Care Board

F02: Contract notice

Notice reference: 2022/S 000-028324

Published 7 October 2022, 5:23pm



Section one: Contracting authority

one.1) Name and addresses

NHS Leicester, Leicestershire and Rutland Integrated Care Board

Room G30, Pen Lloyd Building, County Hall

Glenfield

LE3 8TB

Email

paulo.sousa-cabral@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://leicesterleicestershireandrutland.icb.nhs.uk/

Buyer's address

https://mlcsu.bravosolution.co.uk

one.1) Name and addresses

NHS Leicester, Leicestershire and Rutland Integrated Care Board

Glenfield

Email

paulo.sousa-cabral@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://leicesterleicestershireandrutland.icb.nhs.uk/

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://mlcsu.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://mlcsu.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 APMS contract at Parker Drive Surgery and Manor Park Medical Practice for NHS Leicester, Leicestershire and Rutland Integrated Care Board

Reference number

WHISP-94

two.1.2) Main CPV code

  • 85120000 - Medical practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a call for competition.

NHS Leicester, Leicestershire and Rutland Integrated Care Board (NHS LLR ICB) is seeking to commission a provider to deliver primary medical services at Parker Drive Surgery and Manor Park Medical Practice:

Address:

Main - 122 Parker Drive, Leicester, Leicestershire, LE4 0JF

Branch - 577 Melton Road, Leicester, Leicestershire, LE4 8EA

The Contract will be an Alternative Provider of Medical Services (APMS) contract commencing 1st April 2023 for a population of 13,310 patients.

The current contract is operating under caretaker arrangements that are due to expire on the 31st March 2023.

The ICB wish to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced Providers with the necessary skill and experience (or a demonstrable ability to provide the skill and experience) to provide the range of services required.

The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice.

The contract shall be for a term of ten (10) years from the Service start date the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner’s discretion. The contract start date is 1st of April 2023.

The contract value for this service is estimated to be £1,733,685 per annum at 2022/23 prices (excluding pass-through costs , as defined in 4.5 Annex 04 and general assumptions tab under premises costs of the tender documentation), and up to a total £26 million over the potential 15 years term of the contract (including extensions). These contract values are subject to change as the practice population changes and in line with other variable payments. Please note that the ICB will reject bids that do not meet the sustainability test (as defined in the ITT documents which are downloadable via the Bravo e-procurement portal. Details of how to register to access this information is contained below.

The service will be commissioned via an open type procurement process according to the Light Touch Regime of the Procurement Contract Regulations 2015 for healthcare services advertised to all providers which is proportionate to the value and complexity of the service and contract.

The invitation to tender (ITT) will be available from 07th of October on the ML CSU Bravo portal (see below) and it will have a deadline for submissions of 13:00 on 7th of November 2022.

Bidder clarifications may be submitted to the Commissioner (via the ML CSU Bravo portal only) during the procurement process up to 17:00 on 31st of October 2022.

We recommend current providers of similar services, providers who may be interested in providing this service, or other stakeholders who may have an interest in providing this to register on the MLCSU eProcurement portal Bravo (Jaggaer) to register their interest and get access to the ITT and all the documentation.

two.1.5) Estimated total value

Value excluding VAT: £26,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Contract will be an Alternative Provider of Medical Services (APMS) contract commencing 1st April 2023 for a population of 13,310 patients.

The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice.

The ICB is seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans, i.e.:

a) ‘Do things differently’:

o develop new ways to improve access and service delivery;

o improve integration and collaborative working with local health and social care providers, including Primary Care Networks;

o improve engagement with patients in the development of integrated primary care services ensuring the patient has more control over their own health and the care they receive.

b) Preventing illness, tackling health inequalities:

o promote physical and psychological well-being and self- care;

o addressing health inequalities to improve patient outcomes.

c) ‘Provide world class care for major health problems’ through:

o improved continuity of care;

o clinical audit;

o appropriate risk assessment to promote early diagnosis of chronic disease;

o improved long term condition management.

d) Making better use of data and digital technology:

o supporting the ‘digital first’ approach with clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes.

e) Backing the workforce:

o providing a GP-led service with appropriate clinical oversight to support the multi- disciplinary practice team;

o providing and supporting all staff holistically, ensuring personal development, promoting confidence and greater staff satisfaction.

The contract shall be for a term of ten (10) years from the Service start date with the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner’s discretion. The contract start date is 1st of April 2023.

The contract value for this service is estimated to be £1,733,685 per annum at 2022/23 prices (excluding pass-through costs, as defined in 4.5 Annex 04 and general assumptions tab under premises costs of the tender documentation), and up to a total £26 million over the potential 15 years term of the contract (including extensions). These contract values are subject to change as the practice population changes and in line with other variable payments. Please note that the ICB will reject bids that do not meet the sustainability test (as defined in the ITT documents which are downloadable via the Bravo e-procurement portal. Details of how to register to access this information is contained below.

The service will be commissioned via an open type procurement process according to the Light Touch Regime of the Procurement Contract Regulations 2015 for healthcare services advertised to all providers which is proportionate to the value and complexity of the service and contract.

The invitation to tender (ITT) will be available from 07th of October on the ML CSU Bravo portal (see below) and it will have a deadline for submissions of 13:00 on 7th of November 2022.

Bidder clarifications may be submitted to the Commissioner (via the ML CSU Bravo portal only) during the procurement process up to 17:00 on 31st of October 2022.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £26,000,000

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

Yes

Description of renewals

The contract shall be for a term of ten (10) years from the Service start date the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner’s discretion. The contract start date is 1st of April 2023.

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

The ICB is seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans.


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

NOTES

“Light Touch Regime” services

This procurement is for clinical services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (“Regulations”). Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The Contracting Authority is not voluntarily following any other part of the Regulations.

The procedure which the Contracting Authority is following is set out in the tender. As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013, these Regulations also apply to this procurement.

Right to Cancel

The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract; nor does it bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary. The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed. All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.

Transparency

The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, the Contracting Authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in 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.2.2) Time limit for receipt of tenders or requests to participate

Date

7 November 2022

Local time

1:00pm

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

Tender must be valid until: 31 January 2023

four.2.7) Conditions for opening of tenders

Date

7 November 2022

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS Leicester, Leicestershire and Rutland Integrated Care Board

Room G30, Pen Lloyd Building, County Hall

Glenfield

LE3 8TB

Country

United Kingdom