Contract

Thamesmead APMS

  • NHS England

F03: Contract award notice

Notice identifier: 2024/S 000-040057

Procurement identifier (OCID): ocds-h6vhtk-047ca9

Published 12 December 2024, 11:45am



Section one: Contracting authority

one.1) Name and addresses

NHS England

Quarry House

Leeds

LS2 7UE

Contact

Joyel Shaju

Email

Hub.queries@nhs.net

Country

United Kingdom

Region code

UKI - London

NHS Organisation Data Service

Y56

Internet address(es)

Main address

https://www.england.nhs.uk

Buyer's address

https://www.england.nhs.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

Thamesmead APMS

Reference number

PRJ2023

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

PRJ2023 - Thamesmead APMS

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: £20,823,360

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

This notice relates to the Authority's procurement of Thamesmead APMS

NHS South East London (SEL) ICB (hereafter referred to as "the ICB"), under delegated commissioning on behalf of NHS England (the Authority) intends to award the contract for the provision of PRJ2023 - Thamesmead APMS.

This is a re-procurements of an existing service.

This notice is an intention to award a contract under the The Health Care Services (Provider Selection Regime) Regulations 2023. The completed procurement route is "The Competitive Process" which falls under Part 2, Regulation 11 of the Provider Selection Regime. The chosen route of the Competitive Process meant that there was no separate selection stage, i.e., the opportunity was open to the whole market.

The lifetime value of the contract is to be £20,823,360 (with additional services at £1,388,224 (with additional services) per annum.

Initial 5 years - £6,941,120

Additional 10 years - £13,882,240

The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) plus 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 15 years (180 months).

The contract will start on 01/04/2025 and therefore have an initial end date of the 31/03/2030, if the optional extension is utilised the contract end date will be 31/03/2040.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 88

Quality criterion - Name: Presentation/Interviews / Weighting: 12

Price - Weighting: 0

two.2.11) Information about options

Options: No

two.2.14) Additional information

The NHS London Commercial Hub (LCH), hosted by NHS North East London ICB is managing the procurement process on behalf of South East London Integrated Care Board.


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: 2024/S 000-021274


Section five. Award of contract

Contract No

PRJ2023

Title

Thamesmeand APMS

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

11 December 2024

five.2.2) Information about tenders

Number of tenders received: 5

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

five.2.3) Name and address of the contractor

Omnes Healthcare Ltd

Evergreen House The Edge, Clowes Street

Manchester

M3 5NA

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
NHS Organisation Data Service

Y06880

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £20,823,360

Total value of the contract/lot: £20,823,360


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 publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on 30th December 2024.

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to hub.psrrepresentation@nhs.net

Decision-Makers:

(Input Details of Decision makers here)

Relative Importance of the Key Criteria:

Quality & Innovation

Value

Integration, Collaboration & Service Sustainability

Improving Access, Reducing Health Inequalities & Facilitating Choice

Social Value

A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.

The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.

Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome

Rationale for Provider Selection:

The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire progressed in the procurement and had their ITT Questionnaires scored.

The Authority then invited Providers to the Presentation & Interview Stage.

Based on the outcome of the evaluation and in line with the criteria stipulated by the Authority within the ITT documentation, it was recommended that the contract be awarded to Omnes Healthcare. Omnes Healthcare being the Bidder that offers the most economically advantageous tender (MEAT), i.e. achieves the highest combined score.

Conflicts of Interest:

To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.

six.4) Procedures for review

six.4.1) Review body

NHS South East London Integrated Care Board

160 TOOLEY STREET

LONDON

SE1 2TZ

Email

hub.psrrepresentation@nhs.net

Country

United Kingdom

Internet address

https://www.selondonics.org/icb