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

Alternative Provider Medical Service for Bentham Road Health Centre and Waterside Surgery.

  • First published: 20 October 2017
  • Last modified: 20 October 2017

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
Authority ID:
AA20005
Publication date:
20 October 2017
Deadline date:
30 October 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

Full notice text

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

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
85140000 Miscellaneous health services Health services
85141000 Services provided by medical personnel Miscellaneous health 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.