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

PRJ947_The Junction Health Centre APMS

  • First published: 23 September 2020
  • Last modified: 23 September 2020

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 Commissioning Board
Authority ID:
AA79940
Publication date:
23 September 2020
Deadline date:
23 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85121100 General-practitioner services Medical practice 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:
barend.henning@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.