Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 085-166428/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Contract notice
Section I: Contracting authority
I.1) Name and addresses
Official name: NHS England
Postal address: Waterfront 4, Goldcrest Way, Newburn
Town: Newcastle upon Tyne
Postal code: NE15 8NY
Country: United Kingdom
Email: necsu.neprocurement@nhs.net
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
another address:Official name: North of England Commissioning Support Unit
Postal address: Teesdale House, Thornaby
Town: Stockton-on-Tees
Postal code: TS17 6BL
Country: United Kingdom
Telephone: +44 1642745436
Email: necsu.neprocurement@nhs.net
Nuts code: UKC11
Internet address(es):
Main address:
Address of the buyer profile:
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: Alternative Provider Medical Service Silksworth GP Practice.
Reference number: NHSE196
II.1.2) Main CPV code: 85000000
II.1.4) Short Description:
North of England Commissioning Support (NECS) is a commissioning support service hosted by NHS England and is managing this procurement process for and on behalf of NHS England (North) Cumbria and the North East. Under co-commissioning arrangements and Level 3 delegated arrangements for commissioning Primary Care services Sunderland CCG and NHSE are proposing to commission APMS service for the current Church View and Colliery GP Practices in Sunderland for an initial period of 9 years with the option to extend by a further 2 years. This to be delivered from the Silksworth Health Centre SR3 2AN
Tender documentation will be available as from 12:00 noon on 2.5.2017. For information on how to express an interest in this tender please see additional information at V1.3 of this notice.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
II.2) Description:
II.2.2)Additional CPV code(s)
Main CPV code: 85100000
Main CPV code: 85120000
Main CPV code: 85121000
Main CPV code: 85121100
Main CPV code: 85140000
Main CPV code: 85141000
II.2.3) Place of performance
Nuts code: UKC23
II.2.4) Description of the procurement
NHS England and Sunderland CCG have a set price of 85.35 GBP for the Capitation Payments per weighted patient. This will be reduced for the Out of Hours opt-outs giving a net price per weighted patient of 81.15 GBP. This payment is designed to cover the Essential & Additional Services element of the contract as per the NHS GMS Contracts Regulations. Patient List Weighted =12157.55 Raw = 10865
This service will need to be delivered from the following premises. Silksworth Health Centre Sunderland SR3 2AN
Payments will be adjusted on a quarterly basis to reflect the weighted patients on the service providers. A transitional fund of 165 000 GBP is payable in the first year.
Additional to Capitation payments the practice will be eligible for Enhanced Services and Quality Outcomes Framework (QOF) payments in line with GMS contractors. A local Quality Premium scheme will be effective from 01 April 2017.
All financial values provided are in real terms no inflation is included and financial values are at 2017/18 values. The actual contract values will be amended in line of inflation.
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
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
List and brief description of conditions of rules and criteria: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) Form of procedure:
Open procedure
IV.1.10) Identification of the national rules applicable to the procedure:
Information about national procedures is available at:
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.2.2) Time limit for receipt of tenders or requests to participate
Time limit for receipt of expressions of interest
Date:2017-06-01
Local time:12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
Section V: Award of contract
Section VI: Complementary information
IV.2) Information about electronic workflows
VI.3) Additional information:
To express an interest in tendering for this procurement, please register on PROACTIS which can be found at: 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:195976).
VI.4) Procedures for review
VI.4.1) Review body
Official name: North of England Commissioning Support Unit
Postal address: Teesdale House, Thornaby
Town: Stockton-on-Tees
Postal code: TS17 6BL
Country: United Kingdom
Telephone: +44 1642746911
Internet address:
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
Official name: Royal Courts of Justice — The High Court
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
Internet address:
VI.5) Date of dispatch of this notice:2017-04-28