Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NHSE512 — Alternative Provider Medical Service — Old Hall Surgery

  • First published: 03 May 2019
  • Last modified: 03 May 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS England North (Cheshire and Merseyside)
Authority ID:
AA74237
Publication date:
03 May 2019
Deadline date:
30 May 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Alternative Provider Medical Services (APMS) to be delivered from Old Hall Surgery, 26 Stanney Lane, Ellesmere Port, CH65 9AD. This tender is for a contract term of 4 years commencing 1.9.2019 and concluding 31.8.2023; however there is a preference for a contract term of an initial 4 years with the option to extend the contract for 3 years and a further extension of 3 years (10 years in total) which is subject to outstanding approval of NHS England Commercial Executive Group (CEG).

Bidders are to note that the commissioner will allow a variant bid based upon the preferred 10 year contract term along with a bid on the initial 4 year contract term.

The annual financial capitation payments will be based on the GMS rate less out of hours opt-out currently 89,88 GBP per weighted patient with a weighted patient list size of 6 057 equating to an annual value of 544 403 GBP. In addition the Direct Enhanced Service (DES) and Quality and Outcome Framework (FOQ) based on estimated levels of activity currently valued at 55 103 GBP per annum. The total annual contract value is estimated at 599 506 GBP. The 4 year contract is estimated at 2 398 024 GBP and the 10 year variant bid is estimated at 5 995 060 GBP.

Bidders who wish to submit a variant bid based on the 10 year contract term must also submit a bid on the 4 year contract term. As mentioned the commissioner has a preference for a 10 year contract term but this has not been approved and therefore a 10 year contract term cannot be guaranteed.

The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education, and certain other service contracts).

Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:

(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and

(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to “economic, social, and environmental well-being”.

This procurement will be conducted via the NECS e-Tendering system and as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the e-Tendering portal.

To express an interest in tendering for this procurement, please register on the e-Tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.

Please note that it is free to register on the e-Tendering portal, which can be accessed at any time of day.

Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).

The Contracting Authority, the commissioner, and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.

The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.

Tender documentation will be available via the e-Tendering portal from 12:00 noon on 1.5.2019 with a tender return time and date of 12:00 noon on 30.5.2019.

Full notice text

Social and other specific services – public contracts

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS England – North (Cheshire and Merseyside)

Regatta Place, Summers Road, Brunswick Business Park

Liverpool

L3 4BL

UK

Telephone: +44 1642745000

E-mail: necsu.neprocurement@nhs.net

NUTS: UK

Internet address(es)

Main address: https://www.england.nhs.uk/north/

Address of the buyer profile: https://www.proactisplaza.com/supplierportal/?CID=NECS

I.1) Name and addresses

West Cheshire Clinical Commissioning Group

1829 Building, Countess of Chester Health Park, Liverpool Road, Chester

Cheshire

CH2 1HJ

UK

E-mail: necsu.neprocurement@nhs.net

NUTS: UKD63

Internet address(es)

Main address: https://www.westcheshireccg.nhs.uk/

Address of the buyer profile: https://www.proactisplaza.com/supplierportal/?CID=NECS

I.2) Joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries – applicable national procurement law:

NHS West Cheshire Clinical Commissioning Group

1829 Building

Countess of Chester Health Park

Liverpool Road

Chester,

Cheshire

CH2 1HJ

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.proactisplaza.com/supplierportal/?CID=NECS


Additional information can be obtained from another address:

North of England Commissioning Support

Teesdale House Westpoint Road Thornaby

Stockton-on-Tees

TS17 6BL

UK

E-mail: necsu.neprocurement@nhs.net

NUTS: UKC11

Internet address(es)

Main address: http://www.necsu.nhs.uk

Address of the buyer profile: www.proactisplaza.com/supplierportal/?CID=NECS

Tenders or requests to participate must be sent electronically to:

https://www.proactisplaza.com/supplierportal/?CID=NECS


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NHSE512 — Alternative Provider Medical Service — Old Hall Surgery

Reference number: NHSE512

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North of England Commissioning Support (NECS) is a commissioning support service hosted by NHS England (NHSE) and is managing this procurement process for and on behalf of NHS England (North) Cheshire and Merseyside (the Contracting Authority) and NHS West Cheshire Clinical Commissioning Group (the commissioner) who are accountable for the provision of Alternative Provider Medical Services (APMS) in West Cheshire under co-commissioning arrangements.

The commissioner is proposing to commission APMS to be delivered from Old Hall Surgery, 26 Stanney Lane, Ellesmere Port, CH65 9AD.

II.1.5) Estimated total value

Value excluding VAT: 2 398 024.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85000000

85120000

85121000

85121100

II.2.3) Place of performance

NUTS code:

UKD63


Main site or place of performance:

Old Hall Surgery, 26 Stanney Lane, Ellesmere Port, CH65 9AD.

II.2.4) Description of the procurement

Alternative Provider Medical Services (APMS) to be delivered from Old Hall Surgery, 26 Stanney Lane, Ellesmere Port, CH65 9AD. This tender is for a contract term of 4 years commencing 1.9.2019 and concluding 31.8.2023; however there is a preference for a contract term of an initial 4 years with the option to extend the contract for 3 years and a further extension of 3 years (10 years in total) which is subject to outstanding approval of NHS England Commercial Executive Group (CEG).

Bidders are to note that the commissioner will allow a variant bid based upon the preferred 10 year contract term along with a bid on the initial 4 year contract term.

The annual financial capitation payments will be based on the GMS rate less out of hours opt-out currently 89,88 GBP per weighted patient with a weighted patient list size of 6 057 equating to an annual value of 544 403 GBP. In addition the Direct Enhanced Service (DES) and Quality and Outcome Framework (FOQ) based on estimated levels of activity currently valued at 55 103 GBP per annum. The total annual contract value is estimated at 599 506 GBP. The 4 year contract is estimated at 2 398 024 GBP and the 10 year variant bid is estimated at 5 995 060 GBP.

Bidders who wish to submit a variant bid based on the 10 year contract term must also submit a bid on the 4 year contract term. As mentioned the commissioner has a preference for a 10 year contract term but this has not been approved and therefore a 10 year contract term cannot be guaranteed.

The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education, and certain other service contracts).

Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:

(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and

(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.

Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to “economic, social, and environmental well-being”.

This procurement will be conducted via the NECS e-Tendering system and as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the e-Tendering portal.

To express an interest in tendering for this procurement, please register on the e-Tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.

Please note that it is free to register on the e-Tendering portal, which can be accessed at any time of day.

Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).

The Contracting Authority, the commissioner, and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.

The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.

Tender documentation will be available via the e-Tendering portal from 12:00 noon on 1.5.2019 with a tender return time and date of 12:00 noon on 30.5.2019.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.4) Objective rules and criteria for participation

The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education, and certain other service contracts).

Bidders who wish to submit a variant bid based on the 10-year contract term must also submit a bid on the 4-year contract term. As mentioned the commissioner has a preference for a 10-year contract term but this has not been approved and therefore a 10-year contract term cannot be guaranteed.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per the ITT documentation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.10) Identification of the national rules applicable to the procedure:

Information about national procedures is available at: (URL)

http://www.legislation.gov.uk/uksi/2015/102/contents/made

IV.1.11) Main features of the award procedure:

The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education, and certain other service contracts).

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 30/05/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.3) Additional information

This procurement will be conducted via the NECS e-Tendering system and as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the e-Tendering portal.

To express an interest in tendering for this procurement, please register on the e-Tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.

Please note that it is free to register on the e-Tendering portal, which can be accessed at any time of day.

Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).

The Contracting Authority, the Commissioner, and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.

The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.

Tender documentation will be available via the e-Tendering portal from 12:00 noon on 1.5.2019 with a tender return time and date of 12:00 noon on 30.5.2019.

(MT Ref:215723)

VI.4) Procedures for review

VI.4.1) Review body

North of England Commissioning Support Unit

Teesdale House, Thornaby

Stockton-on-Tees

TS17 6BL

UK

Telephone: +44 1642745000

E-mail: necsu.neprocurement@nhs.net

Internet address(es)

URL: http://www.necsu.nhs.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority acted in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Part 3 Chapter 6 Regulation 88 to 104 of the Public Contract Regulations 2015 (SI 2015 No 102) (PCR 2015). Part 3 of the PCR 2015 provides for appeals to be made to the High Court subject to the time limitations and other required procedural steps.

The rules relating to appeal are complex and dissatisfied tenderers were advised to take their own prompt legal advice.

VI.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice — The High Court

Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

Internet address(es)

URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.5) Date of dispatch of this notice

29/04/2019

Coding

Commodity categories

ID Title Parent category
85121100 General-practitioner services Medical practice services
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
85120000 Medical practice and related services Health services
85121000 Medical practice services Medical practice and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
necsu.neprocurement@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.