Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North East Essex Clinical Commissioning Group
Aspen House, Stephenson Road, Severalls Business Park
Cochester
CO4 9QR
UK
Contact person: charles kirabo
E-mail: charles.kirabo@attain.co.uk
NUTS: UKH3
Internet address(es)
Main address: http://www.neessexccg.nhs.uk/
Address of the buyer profile: https://attain.force.com/s/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://attain.force.com/s/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Procurement of Primary Medical Services at North Colchester Health Centre
Reference number: ACE-0323-2018-NEE
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
North East Essex Clinical Commissioning Group in conjunction with NHS England, hereby invites suitably qualified service providers to submit tenders for the provision of Alternative Provider Medical Services (APMS) at North Colchester Health Centre for North East Essex CCG.
II.1.5) Estimated total value
Value excluding VAT:
4 989 654.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH3
Main site or place of performance:
North East Essex
II.2.4) Description of the procurement
North East Essex Clinical Commissioning Group in conjunction with NHS England, hereby invites suitably qualified service providers to submit tenders for the provision of Alternative Provider Medical Services (APMS) at North Colchester Health Centre for North East Essex CCG. To register interest in applying, please go to: https://attain.force.com/s/ Click on ‘Register’ and follow the on screen instructions. The deadline for ITT responses is 12:00 noon on 24.10.2018.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
4 989 654.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/10/2019
End:
30/09/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend by up to 2 years.
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 Contract will run for an initial 7 years commencing on the 1.10.2019. There is an option to extend the contract for 24 months. The contract value for the initial 7 year term is 3 880 841 GBP. The Contract value, including the option to extend is 4 989 654 GBP.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
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 participate
Date:
24/10/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/10/2018
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). As such, the procurement of the Service is being run as a bespoke, single stage application process akin to the Open procedure, involving a number of stages which are outlined within the suite of procurement documents. The Contracting Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice of England and Wales
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk/
VI.5) Date of dispatch of this notice
06/09/2018