Social and other specific services – public contracts
Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Commissioning Board
Quarry House, Quarry Hill
London
LS2 7UE
UK
Contact person: Mr Barend Henning
Telephone: +44 7770970400
E-mail: barend.henning@nhs.net
NUTS: UKI34
Internet address(es)
Main address: https://www.england.nhs.uk/
Address of the buyer profile: https://procontract.due-north.com/Advert?advertId=3726e86a-f5e6-ea11-8104-005056b64545
I.1) Name and addresses
NHS South West London CCG
3rd Floor, 120 The Broadway
London
SW19 1RH
UK
Contact person: Barend Henning
Telephone: +44 7770970400
E-mail: barend.henning@nhs.net
NUTS: UKI34
Internet address(es)
Main address: https://swlondonccg.nhs.uk/
Address of the buyer profile: https://procontract.due-north.com/Advert?advertId=3726e86a-f5e6-ea11-8104-005056b64545
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert?advertId=3726e86a-f5e6-ea11-8104-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert?advertId=3726e86a-f5e6-ea11-8104-005056b64545
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
PRJ947_The Junction Health Centre APMS
Reference number: DN489182
II.1.2) Main CPV code
85121100
II.1.3) Type of contract
Services
II.1.4) Short description
NHS South West London CCG (under delegated commissioning on behalf of NHS England) is seeking to procure a high quality provider to deliver GP Primary Medical Services and Wandsworth Premium Services under a 10 year APMS Contract from 1 April 2021, delivered from the Junction Health Centre at Clapham Junction, London. England.
The contract will have an initial term of 5 years (60 months), followed by an optional extension of 4 years (48 months) at the discretion of the commissioner, followed by a further optional extension of up to 1 year (12 months) at the discretion of the commissioner. If all available extension are taken up in full the contract will have a maximum duration of 10 years (120 months).
Contract values within this notice are estimated values for the full extended duration of the contract and values may be subject to change throughout the contract term in line with provisions within the APMS contract proposed.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI34
Main site or place of performance:
Junction Health Centre, The Arches, Clapham Junction Station, 5-8 Grant Road, London SW11 2NU.
II.2.4) Description of the procurement
The APMS Contract being procured is for the delivery of Primary Medical Services and Wandsworth Premium Services for a registered list of 9,230 patients (weighted list of 7 214 patients), which requires the delivery of the following services:
Primary medical services:
— essential services, immediate necessary treatment, additional services (cervical screening, child health surveillance, minor surgery, maternity medical services, contraceptive services, Childhood immunisations and preschool booster, vaccinations and immunisations), participation in the quality and outcomes framework, and participation in any DES or LES scheme as required by the Commissioner. The Provider will not be required to provide out of hours services.
Wandsworth Premium Services:
— diabetes, flu and vaccinations for over 65s, childhood immunisations, bowel screening, primary care make a difference alerts, deprivation.
The provider will also be required to be a member of, and work with, a local primary care network as directed by the CCG, providing such services required by that PCN from The Junction that benefit the whole population of that primary care network.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential service providers. In such circumstances, and in any event, NHS England, the CCG or its advisors shall not be liable for any costs or loss of expenses whatsoever incurred by the respondent and company, agent, subsidiary or organisation may have contributed to any response submitted to this notice.
Interested bidders must access the ITT documentation via the link provided and submit an ITT response via the online questionnaires on the e-Tendering portal ‘ProContract’ before the submission deadline stipulated. See the procurement documentation (ITT Document 1 - Guidance Document) for more details.
All completed bids must be submitted by 12.00 (noon) on 23 October 2020 (any changes to tender submission timelines will be communicated to interested providers via the tender portal). The ITT reference for this tender is PRJ457.
Link to portal: https://procontract.due-north.com/Advert?advertId=3726e86a-f5e6-ea11-8104-005056b64545
II.2.6) Estimated value
Value excluding VAT:
9 900 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 167-406028
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/10/2020
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
The services in the scope of this procurement fall within Schedule 3 to the Public Contracts Regulations 2015 (‘the Regulations’) which are not subject to the full regime of the Regulations, but is instead governed by the ‘Light Touch Regime’ contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The authority will adopt the open procedure as a template for this procurement. The tendering process will be conducted in accordance with the requirements and flexibilities provided by Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all bidders equally.
Neither the inclusion of a bidder selection stage, nor the use of any language or terms found in the Regulations, nor the description of the procedure voluntarily adopted by the Authority nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Regulations, save those applicable to services coming within the scope of Regulations 74 to 77.
VI.4) Procedures for review
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will voluntarily incorporate a standstill period from the date when information on the award of the contract is communicated to bidders. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to challenge the award decision before the contract is entered into.
VI.5) Date of dispatch of this notice
18/09/2020