CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 250-460930/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: National Commissioning Board
Postal address: Quarry House, Quarry Hill
Town: Leeds
Postal code: LS2 7UE
Country: United Kingdom
Contact Person: Mr David Mansfield
Telephone: +44 7974208369
Email: david.mansfield@nelcsu.nhs.uk
Nuts code: UKI
Internet address(es):
Main address: www.england.nhs.uk
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: RTL067P Primary Care GP Care-taking Services — Falmouth Road Surgery, Southwark.

Reference number: RTL067P
II.1.2) Main CPV code: 85100000
II.1.3) Type of contract: Services
II.1.4) Short Description: NHS England (the Contracting Authority) is seeking to identify a suitable provider of Primary Care GP Services to undertake a GP care-taking contract in London for Falmouth Road Surgery based in London Borough of Southwark.
The successful Bidder will be required to provide general medical services at the address of the Practice referred to above, using the current clinical staff and non-clinical staff, where employed, to ensure continuity of service provision for patients. The successful Bidder will also be required to ensure that the Practice is managed and provides high quality general medical services in a consistent and accessible way, to meet the needs of the registered patients. This will include providing clinical leadership to the practice team at the Practice and establishing robust governance processes. The successful Bidder will be required to enter into a sub-lease for the use of that property with the Head leaseholder alongside the APMS Contract.
II.1.5) Estimated total value:
Value excluding VAT: 1198935 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
85120000

II.2.3) Place of performance
Nuts code: UKI
II.2.4) Description of the procurement:
Prospective bidders are requested to note that, due to operational necessity, the start date for this contract is Monday 16.1.2017. Therefore the mobilisation start date is within a very short time period from announcement of award. Please only submit a response if you can achieve the very tight mobilisation period.
The indicative annual contract value, based on a weighted patient list of 6066.28, is 799 290 GBP (Ex VAT). This figure is inclusive of the London APMS standard price, the caretaker management fee, QOF and DES payments (please see tender documentation for further details).
Bidders should respond to this ITT opportunity by completing the online questionnaire published on the Contracting Authority’s e-procurement portal (the ‘Portal’) — ProContract (hosted by Proactis). All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the Portal.
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: 1198935 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2017-01-16End: 2019-01-15
This contract is subject to renewalyes Description of renewals:The Contract will be a period of 1 year (12 months) — the initial contract period will be from 16.1.2017 to 15.1.2018. The initial period is followed by an optional extension of 6 months (to 15.7.2018) until a final commissioning decision is implemented.

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: no
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: Bidders are required to register on the Portal prior to accessing the ITT documentation. Guidance on the registration process is available via the link provided in section I.3).
Bidders should note that the ProContract portal is undergoing maintenance and will be unavailable for access between 26th and 29th December (inclusive).
The deadline for tenders to be received is 9.1.2017 at 9:00.

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

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-01-09 Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2016-12-16 Local time: 09:10

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: North and East London Commissioning Support Unit
Postal address: Clifton House, 75-77 Worship Street
Town: London
Postal code: EC2A 2DU
Country: United Kingdom
E-mail: david.mansfield@nelcsu.nhs.uk
Internet address:
VI.5) Date of dispatch of this notice:2016-12-23

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking