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
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