Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS England North (Lancashire and South Cumbria)
Preston Business Centre, Watling Street Road Fulwood
Preston
PR2 8DY
UK
E-mail: necsu.neprocurement@nhs.net
NUTS: UKD41
Internet address(es)
Main address: http://www.england.nhs.uk
Address of the buyer profile: https://www.proactisplaza.com/SupplierPortal/?CID=NECS
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 Unit
Teesdale House, Thornaby
Stockton-on-Tees
TS17 6BL
UK
Telephone: +44 1642745436
E-mail: necsu.neprocurement@nhs.net
NUTS: UKC11
Internet address(es)
Main address: http://www.necsu.nhs.uk/
Address of the buyer profile: https://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
Alternative Provider Medical Service for Bentham Road Health Centre and Waterside Surgery.
Reference number: NHSE252
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England and is managing this procurement process for and on behalf of NHS England (North) Lancashire & South Cumbria. Under co-commissioning arrangements and Level 3 delegated arrangements for commissioning Primary Care services Blackburn and Darwen CCG and NHSE are proposing to commission APMS service. The services are currently delivered from Bentham Road Health Centre, BB2 4QD and Waterside Surgery Health and Wellbeing Centre, Blackburn, BB2 3SF this procurement will allow bidders the choice between delivering the service from the two current sites or only from Bentham Road Health Centre. The contract will for an initial period of 10 years with the option to extend by a further 5 years.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
85120000
85121000
85121100
85140000
85141000
II.2.3) Place of performance
NUTS code:
UKD41
Main site or place of performance:
Bentham Road Health Centre
Bentham Road Health Centre, Bentham Road, Blackburn, Lancashire, BB2 4QD
Waterside Surgery
Health and Wellbeing Centre, Infirmary Street, Blackburn, BB2 3SF.
II.2.4) Description of the procurement
NHSE has a set price of 85.35GBP for the Capitation Payments per patient this will be reduced by 4.92 % for Out of Hours opt out giving a net price per weighted patient of 81.15GBP payment is designed to cover the Essential & Additional services element
In addition the practice will be eligible for DES & QOF payments in line with GMS contractors and for reimbursement of Rent & Rates on current premises
Patient List Weighted 7316.49 Raw 7359
There is potential non-recurrent capped budget of 146 000 GBP to support exceptional restructuring costs which may result from the implementation of the new service model This is available only for the first 12 weeks following the contract start date.
This APMS is delivered from Bentham Road Health Centre BB2 4QD & Waterside Surgery Health and Wellbeing Centre BB2 3SF
Bidders will be able to choose between delivering the service from the two sites or from Bentham Road Health Centre only
All financial values provided are in real terms no inflation is included financial values are at 2017/18 values.
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 180
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 by the Collective Redundancies and Transfer of Undertakings (Protection of Employment) (Amendment) Regulations 2014 (TUPE) will apply to these contracts. Bidders are advised to form their own view on whether TUPE applies, obtaining their own legal advice and carrying out due diligence.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
This procurement will follow the basic principals of the Open Procedure in accordance with the Public Contracts Regulations 2015 (SI 2015 No 102).
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in 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/pdfs/uksi_20150102_en.pdf
IV.1.11) Main features of the award procedure:
Public contracts for social and other specific services listed in Schedule 3 shall be awarded in accordance with Chapter 3 Section 7 Regulation 74 to 77 of the Public Contracts Regulations 2015 (SI 2015 No 102).
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 119-240762
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
30/10/2017
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
To express an interest in tendering for this procurement, please register on PROACTIS which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.
“Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:
(a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and
(b) How, in conducting the process of procurement, they might act with a view to securing that improvement.
Accordingly, the subject matter of the contracts have been scoped to take into account the priorities of the Contracting Authority and the Commissioner relating to “economic, social, and environmental well-being”.
(MT Ref:201830).
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 1642746911
Internet address(es)
URL: http://www.necsu.nhs.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authorities will act in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Regulation 95 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 a dissatisfied tenderer is 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
18/10/2017