Section one: Contracting authority
one.1) Name and addresses
NHS Norfolk & Waveney Integrated Care Board
County Hall, Martineau Ln
Norwich
NR1 2DH
Contact
Claire Pickard
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Internet address(es)
Main address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
Buyer's address
https://www.improvinglivesnw.org.uk/about-us/our-nhs-integrated-care-board-icb/icb-contact/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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 General Medical Services at St John's Surgery (main practice site at Terrington St John and branch site at Terrington St Clement)
Reference number
AG24501
two.1.2) Main CPV code
- 85121100 - General-practitioner services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of Norfolk and Waveney Integrated Care Board (ICB)(The Commissioner) would like to notify the market of an opportunity to provide General Medical Services under a GMS Contract at St John's Surgery (main practice site at Terrington St John and branch site at Terrington St Clement).
The service commencement date is1st April 2025.
Please note the deadline for responses to the Competitive Process is 12:00PM (Mid-Day) on 5th November 2024.
two.1.5) Estimated total value
Value excluding VAT: £794,651
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
Main site or place of performance
The main site is in Terrington St John.
Full address = Main Road, Terrington St John, Wisbech, Cambridgeshire PE14 7RR.
two.2.4) Description of the procurement
Norfolk and Waveney ICB is seeking to award a General Medical Services contract for the provision of primary medical services and other services at St John’s Surgery in Terrington St John and a branch surgery in Terrington St Clement from 1 April 2025. The practice is non-dispensing and is within the West Norfolk locality.
St John’s Surgery and its branch site serve the population of Terrington St John as well as its surrounding villages, offering a full general practice service.
The patient list size is 6,484 (weighted 7,443.11) as of Q2 2024/25.
Please note in terms of the advertised contract length, this will be a GMS contract held in perpetuity despite what the contract end date may say in the notice due to system limitations. Also in terms of the estimated total value advertised as this is a GMS contract, meaning it will be held in perpetuity so the figure of £794, 651 is based on the estimated annual value.
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: £794,651
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2040
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
5 November 2024
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
The Contracting Authority will be using an eTendering system for this procurement exercise.
Further information and the ITT documentation can be found via the 'Live Opportunities' list on the e-tendering system at the following link:
https://atamis-1928.my.salesforce-sites.com/?SearchType=Projects
You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C301546: COMPETITIVE: General Medical Services at St John's Surgery.
The Basic Selection Questions are Pass/Fail and the award criteria for the Key Criteria Questions are as follows and these will be scored on a 0-5 scoring mechanism;
Key Criteria 1: Quality and Innovation: 36.00%
Key Criteria 2: Value: 15.00%
Key Criteria 3: Integration, Collaboration and Services Sustainability: 15.00%
Key Criteria 4: Improving Access, Reducing Health Inequalities and Facilitating Choice: 24.00%
Key Criteria 5: Social Value: 10.00%
The evaluation stages are as follows;
Stage 1: Preliminary compliance review
Stage 2a: Evaluation of the Basic Selection Question responses (Sections A – M)
Stage 2b: Moderation of Basic Selection Questions: Offers that fail any of the required Pass/Fail questions will be disqualified and not considered further
Stage 3a: Evaluation of responses to the Key Criteria Questions (Sections 1 – 5)
Stage 3b: Moderation of Key Criteria Questions
Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.
Please see published procurement documentation for further details.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom
Internet address
https://www.ardengemcsu.nhs.uk/
six.4.4) Service from which information about the review procedure may be obtained
NHS Arden and GEM CSU
St John's House, East Street
Leicester
LE1 6NB
Country
United Kingdom