GP Practice Services Lancashire and Greater Manchester
NHS England Lancashire and Greater Manchester in conjunction with NHS Oldham CCG are proposing to commission 4 Alternative Provider Medical Services (APMS) under Lots.
United Kingdom-Manchester: Health and social work services
2016/S 067-117259
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS England Lancashire and Greater Manchester
4th Floor, 3 Piccadilly Place
Contact point(s): Procurement, Healthcare Procurement and Market Management
M1 3BN Manchester
UNITED KINGDOM
Telephone: +44 138255200
E-mail: necsu.neprocurement@nhs.net
Internet address(es):
General address of the contracting authority: http://www.england.nhs.uk
Address of the buyer profile: https://in-tendhost.co.uk/necs/aspx/Home
Electronic access to information: https://in-tendhost.co.uk/necs/aspx/Home
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/necs/aspx/Home
Further information can be obtained from: North of England Commissioning Support Unit
Teesdale House, Thornaby
Contact point(s): Procurement Department, Healthcare Procurement and Market Management
TS17 6BL Stockton-on-Tees
UNITED KINGDOM
Telephone: +44 1642746916
E-mail: necsu.neprocurement@nhs.net
Internet address: http://www.necsu.nhs.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: North of England Commissioning Support Unit
Teesdale House, Thornaby
Contact point(s): Procurement Department, Healthcare Procurement and Market Management
TS17 6BL Stockton-on-Tees
UNITED KINGDOM
Telephone: +44 1642746916
E-mail: necsu.neprocurement@nhs.net
Internet address: https://in-tendhost.co.uk/necs/aspx/Home
Tenders or requests to participate must be sent to: North of England Commissioning Support Unit
Teesdale House, Thornaby
Contact point(s): Procurement Department, Healthcare Procurement and Market Management
TS17 6BL Stockton-on-Tees
UNITED KINGDOM
Telephone: +44 1642746916
E-mail: necsu.neprocurement@nhs.net
Internet address: https://in-tendhost.co.uk/necs/aspx/Home
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
NHS Oldham Clinical Commissioning Group
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Lancashire and Greater Manchester and Oldham Areas.
NUTS code UKD3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The basic principles that mirror that of the Open Procurement route will be followed for this procurement to test the capacity, capability and technical competence of tenderers in accordance with The Public Contracts Regulations 2006 (as amended). Regulation 120 of the Public Contracts Regulations 2015 provides for a temporary exemption and saving for certain NHS procurements. Regulation 120 provides that nothing in the Public Contracts Regulations 2015 affects any contract award procedure that relates to the procurement of health care services for the purposes of the NHS within the meaning and scope of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013(b), that is commenced before 18.4.2016 and any subsequent contract awarded as a result of such a procedure. The current Part B regime of the Public Contracts Regulations 2006 (as amended) and NHS (Procurement, Patient Choice and Competition) (No 2) Regulations 2013(b) will continue to apply to the commissioning of these services until 18.4.2016.
NHS England Lancashire and Greater Manchester are accountable for the provision of local General Practitioner (GP) services in the Lancashire and Greater Manchester area. Under the co-commissioning arrangements in place from April 2015, Clinical Commissioning Groups (CCGs) have delegated responsibility and together with NHS England Lancashire and Greater Manchester are currently reviewing a number of practices in the Greater Manchester Area.
NHS England Lancashire and Greater Manchester in conjunction with NHS Oldham CCG are proposing to commission 4 Alternative Provider Medical Services (APMS) under Lots, which are currently delivered from:
Hill Top Medical Practice, Fitton Hill Neighbourhood Centre, Fircroft Road, Fitton Hill, Oldham, OL8 2QD: List size W 4038 / R 3497;
Hollinwood Medical Practice, 1 Clive Street, Hollinwood, Oldham, OL8 3TR: list size W 3787 / R 3343;
John Street Practice, 1 John Street, Oldham, OL8 1DF: list size: W 3303 / R 3765;
The Village Medical Practice, Crompton Health Centre, High Street, OL2 8ST: list size W 3015 / R 2952.
Please note the list size provided relates to both the weighted (W) and raw (R) list taken as of 1.1.2016.
It will be a requirement that all services are offered from the existing premises.
The aim of the services are to deliver essential, additional and enhanced services to registered patients of each practice as well as the local quality scheme known as EQALS Plus.
It is proposed that the terms and conditions of service, including tariff arrangements, will reflect those contained in General Medical Services (GMS) contracts. The Contract term will be for an initial period of 5 years from the commencement date with the option to extend the contract by a further period of 5 years subject to NHS England Efficiency Controls Committee approval and at the discretion of NHS Oldham CCG and subject to satisfactory contractual and financial performance and adherence to any contractual break clauses that may be applicable.
Tenderers can tender for 1 or more or all Lots and the Contracting Authorities in line with market expectations have a preference to award all 4 lots to a single provider, however if it is not possible to award all 4 lots to a single provider under the most economically advantageous tender criteria, the Contacting Authorities will have the option to award whatever combination of lots or individual lots that meet the most economically advantageous tender criteria.
Lot 1: Hill Top Medical Practice;
Lot 2: Hollinwood Medical Practice;
Lot 3: John Street Practice;
Lot 4: The Village Medical Practice;
Lot 5: The combination of all 4 Lots.
To express an interest in this tender opportunity, please follow the instructions in section VI.3) of this notice.
Please be aware that all communications and submissions will be conducted via the NECS In-Tend portal only.
The closing time and date for tender returns is 12:00 on 13.5.2016.
II.1.6)Common procurement vocabulary (CPV)
85000000, 85120000, 85121000, 85121100, 85140000, 85141000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 1 544 790 GBP;
Lot 2 1 449 091 GBP;
Lot 3 1 263 906 GBP;
Lot 4 1 153 568 GBP;
All of the above Lot 5 5 411 357 GBP;
Optional extension period of 5 years 5 411 357 GBP.
Initial 5 years 5 411 357 GBP.
Total potential contract value 10 822 714 GBP.
Estimated value excluding VAT:
Range: between 5 411 357 and 10 822 714 GBP
II.2.2)Information about options
Description of these options: It is proposed that the terms and conditions of service, including tariff arrangements, will reflect those contained in General Medical Services (GMS) contracts. The Contract term will be for an initial period of 5 years from the commencement date with the option to extend the contract by a further period of 5 years subject to NHS England Efficiency Controls Committee approval and at the discretion of NHS Oldham CCG and subject to satisfactory contractual and financial performance and adherence to any contractual break clauses that may be applicable.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 3 Lot title: John Street Practice
1)Short description
2)Common procurement vocabulary (CPV)
85000000, 85120000, 85121000, 85121100, 85140000, 85141000
3)Quantity or scope
W 252781 GBP / R 288 060 GBP per annum.
Estimated value excluding VAT: 1 263 906 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: The Village Medical Practice
1)Short description
2)Common procurement vocabulary (CPV)
85000000, 85120000, 85121000, 85121100, 85140000, 85141000
3)Quantity or scope
W 230713 GBP / R 225 857 GBP per annum.
Estimated value excluding VAT: 1 153 568 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 1 Lot title: Hill Top Medical Practice
1)Short description
2)Common procurement vocabulary (CPV)
85000000, 85120000, 85121000, 85121100, 85140000, 85141000
3)Quantity or scope
W 308958 GBP / R 267 555 GBP per annum.
Estimated value excluding VAT: 1 544 790 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: All 4 Lots
1)Short description
Lot 2 Hollinwood Medical practice, 1 Clive Street, Hollinwood, Oldham, OL8 3TR;
Lot 3 John Street Practice, 1 John Street, Oldham, OL8 1DF;
Lot 4 The Village Medical Practice, Crompton Health Centre, High Street, OL2 8ST.
2)Common procurement vocabulary (CPV)
85000000, 85120000, 85121000, 85121100, 85140000, 85141000
3)Quantity or scope
W 308958 GBP / R 267 555 GBP per annum.
Lot 2 List size W 3787 / R 3343 as at 1.1.2016;
W 289818 GBP / R 255 772 GBP per annum.
Lot 3 List size W 3303 / R 3765 as at 1.1.2016;
W 252781 GBP / R 288 060 GBP per annum.
Lot 4 List size W 3015 / R 2952 as at 1.1.2016;
W 230713 GBP / R 225 857 GBP per annum.
Total Lot 5 List size W 14145 / R 13557 as at 1.1.2016;
W 1082271 GBP / R 1 037 246 GBP per annum.
Estimated value excluding VAT: 5 411 357 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Hollinwood Medical Practice
1)Short description
2)Common procurement vocabulary (CPV)
85000000, 85120000, 85121000, 85121100, 85140000, 85141000
3)Quantity or scope
W 289818 GBP / R 255 772 GBP per annum.
Estimated value excluding VAT: 1 449 091 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As stated in the tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As stated in the tender documents.
III.2.3)Technical capacity
As stated in the tender documents.
Minimum level(s) of standards possibly required:
As stated in the tender documents.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 247-449725 of 22.12.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 13.5.2016 – 14:00
Place:
Via timed locked e-tendering system.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 2021 or 2026.
VI.3)Additional information
This procurement will be conducted via NECS e-tendering system (In-Tend) accordingly there will be no hard copy documents issued to tenderers and all communications between tenderers and NECS, including tender submissions, will be conducted via the In-Tend portal.
NECS will only accept documents for tenders or quotations placed on its e-tendering system to be received electronically unless explicitly stated otherwise in the tenderers instructions.
To express an interest in tendering for this procurement, and (if you have not already done so) please register on the e-tendering portal, which can be found at: https://in-tendhost.co.uk/necs
Once registered, you will be able to view details of the tender opportunity by selecting the Tenders tab, and then selecting Current, scroll down through the tender lists until you come to GP Practice Services (APMS). To view further information on this specific tender opportunity, click the button marked View Details.
From this area, you will be able to express your interest in this tender opportunity by selecting the button marked Express Interest.
Please note that it is free to register on the portal, which can be accessed at any time of day as long as you have a working internet connection.
If you require further assistance, a help guide can be found on the portal by clicking on the tab marked Guidance for Suppliers.
Alternatively, (should tenderers have any queries) a dedicated help desk is available and can be contacted on +448442728810, Monday to Friday, 8:30 to 17:00 or email: support@in-tend.co.uk
(MT Ref:172149).
VI.4.1)Body responsible for appeal procedures
North of England Commissioning Support Unit
Teesdale House, Westpoint Road, Thornaby
TS17 6BL Stockton-on-Tees
UNITED KINGDOM
E-mail: necsu.neprocurement@nhs.net
Telephone: +44 1642746916
Internet address: https://in-tendorganiser.co.uk/necs/aspx/ITLogin.aspx
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice — The High Court
Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:
Related Posts
Medical Imaging Framework for NHS Scotland
Acute Independent Sector Healthcare Providers Leeds
Outsourced Clinical Services Kent