Awarded contract

Brownsover Medical Centre APMS Contract [Direct Award Process C]

  • NHS Coventry & Warwickshire Integrated Care Board

F03: Contract award notice

Notice reference: 2024/S 000-033255

Published 16 October 2024, 10:34am



Section one: Contracting authority

one.1) Name and addresses

NHS Coventry & Warwickshire Integrated Care Board

Westgate House, Market Street

Warwick

CV34 4DE

Contact

Kurtis O'Sullivan

Email

kurtis.osullivan1@nhs.net

Country

United Kingdom

NUTS code

UKG33 - Coventry

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.happyhealthylives.uk/

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

Brownsover Medical Centre APMS Contract [Direct Award Process C]

Reference number

AG23030

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Coventry and Warwickshire Integrated Care Board (ICB) are awarding an APMS contract for the Provision of Primary Medical Services at Brownsover Medical Centre.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,117,721.52

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG13 - Warwickshire
Main site or place of performance

Brownsover Medical Centre

Bow Fell

Brownsover

Rugby

CV21 1JF

two.2.4) Description of the procurement

The contract is to deliver Primary Care Medical Services at Brownsover Medical Centre.

NHS Coventry and Warwickshire ICB intends to award a contract to the existing provider (Spirit Healthcare Limited) via Direct Award Process C as described in regulation 9 of the Health Care Services (Provider Selection Regime) Regulations 2023.

The incumbent provider has been delivering Core Primary Care services to the registered patient list 9714 at Brownsover Medical Centre. Key criteria were specified, and assessment against each criterion was undertaken based on the current service delivery model and performance.

The supplier meets all the requirements specified to the satisfaction of the Commissioner, and it is expected that they will satisfy the requirements of the new contract going forwards.

The contract start date is 1st December 2024 for a period of 3 years (with the option to extend for a further 1 year at the sole discretion of the commissioner) until 30th November 2028.

The total lifetime value of the contract is £4,117,271.52. (Annual value of £1.1 million)

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award 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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 28 October 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 October 2024

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Spirit Healthcare Limited

Spirit House, Saffron House

Leicester

LE2 6UP

Country

United Kingdom

NUTS code
  • UKF21 - Leicester
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,117,721.52


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award 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 standstill period begins on the day after the publication of this notice.

Representations by providers must be made to decision makers by 28 October 2024 to the following email address: cwicb.primarycare@nhs.net

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

The decision makers for this process were NHS Coventry & Warwickshire Integrated Care Board Procurement Panel and Finance and Performance Committee.

There were no conflicts of interests declared in reaching the decision to award.

The current incumbent, Spirit Healthcare Ltd, was considered against the 5 key criteria. These criteria are not weighted differently as they are equally important for this service. They are currently meeting all contractual and legislative requirements for primary care GP medical services and enhanced services for the cohort population.

The current contract holder is delivering experienced clinical care to a good standard, has scored highly on the most recent GP patient satisfaction national survey and is rated as CQC good. Continuity of care and stake holder engagement is especially important for this patient population demography. Part of the decision making considerations also included how generally GP practices are experiencing significant pressure with many practices facing challenges due to increases in demand, partner and clinical workforce retention and recruitment, and inflation.

Basic selection criteria was assessed through due diligence checks conducted by the commissioner in line with regulations 19 and 20, following schedule 16.

The assessment against each criterion was undertaken based on the current service delivery model and performance. The supplier meets all the requirements specified to the satisfaction of the Commissioner, and it is expected that they will satisfy the requirements of the new contract going forwards.

six.4) Procedures for review

six.4.1) Review body

NHS Coventry and Warwickshire ICB

Westgate House, Market Street

Warwick

CV34 4DE

Country

United Kingdom