Medical Care Services Tender Portsmouth
Provision of Primary Medical Care Services (APMS) for Portsmouth City Centre- Invitation To Tender.
United Kingdom-Portsmouth: General-practitioner services
2016/S 119-212371
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Portsmouth Clinical Commissioning Group
CCG Headquarters, 1 Guildhall Square
For the attention of: Aaron Holmes
PO1 2GJ Portsmouth
United Kingdom
E-mail: aaron.holmes@soeprocurement.nhs.uk
Internet address(es):
General address of the contracting authority: http://www.portsmouthccg.nhs.uk/
Further information can be obtained from: NHS Portsmouth Clinical Commissioning Group
CCG Headquarters, 1 Guildhall Square
For the attention of: Aaron Holmes
PO1 2GJ Portsmouth
United Kingdom
E-mail: aaron.holmes@soeprocurement.nhs.uk
Internet address: http://www.portsmouthccg.nhs.uk/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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
NUTS code UKJ31
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 activity and associated finance of the WIC component of the historic contract was tendered and re-commissioned under a separate procurement in 2016. The continued provision of primary medical care services to the established registered list population is the subject of this Procurement.
The new contract will be secured through an Alternative Provider Medical Services (AMPS) contract and is expected to commence on 1.4.2017 for a term of 5 years, with the possibility of 1 optional 24 month extension period.
The main objective of the Procurement is the identification of a suitably qualified and experienced bidder drawn from the public, private or voluntary sector (or a joint-venture combination thereof), to deliver primary medical care services that are fully consistent with the requirements of:
— The NHS Constitution;
— Any relevant MHRA guidance, technical standards, and alert notices;
— The General Medical Council guidance on Good Medical Practice (2013);
— Medical Performers List entry requirements;
— And CQC requirements.
The Contracting Authority will undertake a fair, open and transparent procurement process as part of its commitment to achieving the development of high-quality services which represent value for money and the wise use of public funds.
The scope of services to be commissioned through this Procurement has been developed by the Contracting Authority.
The services to be provided are as follows:
— Core primary medical care services (in accordance with the latest NHS Standard APMS contract);
— A ‘wait and see’ model of service provision whereby registered patients can access a GP and/or nurse without the need to make an appointment (for some or all of the opening hours);
— Extended hours access outside of core opening (i.e. Monday-Friday, 8:00 – 18:30), potentially providing early morning and late evening opening during weekdays, and Saturday morning opening at weekends. The successful bidder may wish to work collaboratively with other practices within the city in order to deliver extended hours provision;
— Additional services such as Direct Enhanced Services (DESs) and Local Commissioned Services (LCSs) as commissioned by the CCG;
— Engage in and deliver the requirements of the national Quality Outcomes Framework (QOF), or a local alternative if made available.
II.1.6)Common procurement vocabulary (CPV)
85121100, 85120000, 85100000, 85121200, 85112000, 85121000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The payment mechanism for this contract is based on a tariff per weighted registered patient which is indexed to the APMS Global Sum Equivalent (GSE). Provision of extended hours outside of core GMS hours (Monday-Friday, 8:00-18:30) is included within the tariff on a pro rata basis in line with the APMS GSE. The current weighted registered list size for the practice is 5 198 (April 2016). Therefore the core contract envelope is:
APMS GSE (96.51 GBP) x patients (5 198) x contract term (5 years) = 2 508 294,90* GBP.
*Figure may change in line with national annual amendments to the APMS GSE and with changes to the weighted registered list size.
There is a 1 x 24 month extension option for this contract.
Estimated value excluding VAT:
Range: between 2 500 000 and 4 000 000 GBP
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
Refer to ITT found at:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to ITT found at:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to ITT found at;
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Refer to ITT found at:
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Refer to ITT found at:
https://in-tendhost.co.uk/soepscommissioning/aspx/Home
Minimum level(s) of standards possibly required: Refer to ITT found at:
III.2.3)Technical capacity
Refer to ITT found at:
https://in-tendhost.co.uk/soepscommissioning/aspx/Home
Minimum level(s) of standards possibly required:
Refer to ITT found at:
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Refer to ITT found at:
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: 2016/S 061-104295 of 26.3.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information
All information can be found at:
VI.5)Date of dispatch of this notice:
Related Posts
Hampshire Sexual Health Services
NHS Business Services Authority Medical Services Tender
Medical Services Contract North Somerset
Residential and Nursing Care Framework Bradford