Provision of APMS contract at Cossington Park Surgery Medical Practice for NHS Leicester, Leicestershire and Rutland Integrated Care Board (Ангилья - Тендер #38408180) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 38408180 Дата публикации: 09-02-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU
Section I: Contracting authority I.1) Name and addressesNHS Leicester Leicestershire and Rutland Integrated Care Board
Room G30, Pen Lloyd Building, County Hall, Glenfield
Leicestershire
LE3 8TB
UK
E-mail: raj.sandhu@nhs.net
NUTS: UK
Internet address(es)
Main address: https://leicesterleicestershireandrutland.icb.nhs.uk/
Address of the buyer profile: https://mlcsu.bravosolution.co.uk
I.1) Name and addressesNHS Leicester, Leicestershire and Rutland Integrated Care Board
Glenfield
UK
E-mail: raj.sandhu@nhs.net
NUTS: UK
Internet address(es)
Main address: https://leicesterleicestershireandrutland.icb.nhs.uk/
I.2) Joint procurementThe contract involves joint procurement
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://mlcsu.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://mlcsu.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
Body governed by public law
I.5) Main activityHealth
Section II: Object II.1) Scope of the procurement II.1.1) TitleProvision of APMS contract at Cossington Park Surgery Medical Practice for NHS Leicester, Leicestershire and Rutland Integrated Care Board
Reference number: Project 889, ITT 991
II.1.2) Main CPV code85120000
II.1.3) Type of contractServices
II.1.4) Short descriptionNHS Leicester, Leicestershire and Rutland Integrated Care Board (NHS LLR ICB) is seeking to commission a provider to deliver primary medical services at Cossington Park Surgery (Belgrave Health Centre, 52 Brandon Street Leicester LE4 6AW). The Contract will be an Alternative Provider of Medical Services (APMS) contract commencing 1st July 2023 for a population of 8110 patients. The weighted patient list size is 7741. The current contract is due to expire on the 30th of June 2023. TUPE does not apply as the incumbent provider have advised they will be retaining all members of staff. It is expected the recommended provider to fully recruit as required by their proposed staffing model during the short mobilisation period of approximately 10 weeks. The ICB wish to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced Providers with the necessary skill and experience (or a demonstrable ability to provide the skill and experience) to provide the range of services required. The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice.
The contract shall be for a term of ten (10) years from the Service start date with the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner’s discretion. The contract start date is 1st of July 2023. The contract value for this service is estimated to be £992,466 per annum at 2022/23 prices (excluding pass-through costs, as defined in 4.5 Annex 04 (FMT Handbook) and general assumptions tab under premises costs of the tender documentation), and up to a total £14.9m million over the potential 15 years term of the contract (including extensions). These contract values are subject to change as the practice population changes and in line with other variable payments. Please note that the ICB will reject bids that do not meet the sustainability test (as defined in the ITT documents which are downloadable via the Bravo e-procurement portal. Details of how to register to access this information is contained below.
The ICB do not want any subcontracting arrangements. No subcontracting arrangements are permissible in the delivery of this contract. Please refer to the Annex 2 - service specification for more details.
The service will be commissioned via an open type procurement process according to the Light Touch Regime of the Procurement Contract Regulations 2015 for healthcare services advertised to all providers which is proportionate to the value and complexity of the service and contract.
The invitation to tender (ITT) will be available from 8th February 2023 on the ML CSU Bravo portal (see below) and it will have a deadline for submissions of 13:00 hours on 8th March 2023.
Bidder clarifications may be submitted to the Commissioner (via the ML CSU Bravo portal only) during the procurement process up to 13:00 hours on 27th February 2023.
We recommend current providers of similar services, providers who may be interested in providing this service, or other stakeholders who may have an interest in providing this to register on the MLCSU eProcurement portal Bravo (Jaggaer) to register their interest and get access to the ITT and all the documentation.
II.1.5) Estimated total valueValue excluding VAT: 14 900 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.3) Place of performanceNUTS code:
UK
II.2.4) Description of the procurementNHS Leicester, Leicestershire and Rutland Integrated Care Board (NHS LLR ICB) is seeking to commission a provider to deliver primary medical services at Cossington Park Surgery (Belgrave Health Centre, 52 Brandon Street Leicester LE4 6AW) The Contract will be an Alternative Provider of Medical Services (APMS) contract commencing 1st July 2023 for a population of 8110 patients. The current contract is due to expire on the 30th of June 2023. TUPE does not apply as the incumbent provider have advised they will be retaining all members of staff. It is expected the recommended provider to fully recruit as required by their proposed staffing model during the short mobilisation period of approximately 10 weeks. The ICB wish to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced Providers with the necessary skill and experience (or a demonstrable ability to provide the skill and experience) to provide the range of services required. The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice. The ICB is seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans, i.e.:
a) ‘Do things differently’:
o develop new ways to improve access and service delivery;
o improve integration and collaborative working with local health and social care providers, including Primary Care Networks;
o improve engagement with patients in the development of integrated primary care services ensuring the patient has more control over their own health and the care they receive.
b) Preventing illness, tackling health inequalities:
o promote physical and psychological well-being and self- care;
o addressing health inequalities to improve patient outcomes.
c) ‘Provide world class care for major health problems’ through:
o improved continuity of care;
o clinical audit;
o appropriate risk assessment to promote early diagnosis of chronic disease;
o improved long term condition management.
d) Making better use of data and digital technology:
o supporting the ‘digital first’ approach with clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes.
e) Backing the workforce:
o providing a GP-led service with appropriate clinical oversight to support the multi- disciplinary practice team;
o providing and supporting all staff holistically, ensuring personal development, promoting confidence and greater staff satisfaction.
The contract shall be for a term of ten (10) years from the Service start date with the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner’s discretion. The contract start date is 1st of July 2023. The contract value for this service is estimated to be £992,466 per annum at 2022/23 prices (excluding pass-through costs, as defined in 4.5 Annex 04 (FMT Handbook) and general assumptions tab under premises costs of the tender documentation), and up to a total £14.9m million over the potential 15 years term of the contract (including extensions). These contract values are subject to change as the practice population changes and in line with other variable payments. Please note that the ICB will reject bids that do not meet the sustainability test (as defined in the ITT documents which are downloadable via the Bravo e-procurement portal. Details of how to register to access this information is contained below. The service will be commissioned via an open type procurement process according to the Light Touch Regime of the Procurement Contract Regulations 2015 for healthcare services advertised to all providers which is proportionate to the value and complexity of the service and contract. The invitation to tender (ITT) will be available from 8th February 2023 and deadline submission 13:00 on 8th March 2023.
II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated valueValue excluding VAT: 14 900 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/07/2023
End: 30/06/2038
This contract is subject to renewal: Yes
Description of renewals:
The contract shall be for a term of ten (10) years from the Service start date the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner’s discretion. The contract start date is 1st of July 2023.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe ICB is seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans.
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
NOTES
“Light Touch Regime” services
This procurement is for clinical services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations (“Regulations”). Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Procurement Regimes Section 7. The Contracting Authority is not voluntarily following any other part of the Regulations.
The procedure which the Contracting Authority is following is set out in the tender. As the ICB is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013, these Regulations also apply to this procurement.
Right to Cancel
The Contracting Authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract; nor does it bind itself to accept the lowest tender, or any tender received, and reserves the right to award a contract in part, or to call for new tenders should it consider this necessary. The Contracting Authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed. All dates, time periods and values specified in this notice are provisional and the Contracting Authority reserves the right to change these.
Transparency
The Contracting Authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government"s policies on transparency, the Contracting Authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the Contracting Authority. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance
III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participateDate: 08/03/2023
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/07/2023
IV.2.7) Conditions for opening of tendersDate: 08/03/2023
Local time: 13:05
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.4) Procedures for review VI.4.1) Review bodyNHS Leicester, Leicestershire and Rutland Integrated Care Board
Room G30, Pen Lloyd Building, County Hall
Glenfield
LE3 8TB
UK
VI.5) Date of dispatch of this notice08/02/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | raj.sandhu@nhs.net |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 85120000 | Medical practice and related services | Health services |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |