Notice Information
Notice Title
Provision of Primary Medical Services - Charlotte Keel (APMS) on behalf of NHS Bristol, North Somerset and South Gloucestershire CCG
Notice Description
NHS Bristol, North Somerset and South Gloucestershire CCG (BNSSG CCG), seeks a provider for a contract of 8 years with an option to extend for up to 2 years (total 10 years) for Charlotte Keel Medical Centre (L81015). The current contract was a short term emergency contract due to expire on 31 March 2020. The successful provider will need to provide the full range of primary medical services from 1 April 2020, mobilising from December 2019. The practice has a list size of 16,818 and the annual contract value is PS1,495,578. This will be subject to quarterly list size adjustments, Global Sum and Out of Hours adjustments. An APMS Transitional Payment of PS355k is offered, paid equally over the first 18 months of the contract. The practice will be entitled to provide additional services commissioned by the CCG, including Local Enhanced Services, Prescribing Quality Scheme and Supplementary Services. These attract additional income from the CCG. Payment for these services is dependent on the provider signing up to agreed service specifications. Including this additionally achievable income, the contract value over 8 years is an estimated PS15,861,738, with an estimated additional value of PS3,876,559 for the option to extend for up to 2 years, making an estimated contract value up to PS19,738,297. Please note figures are indicative and represent the likely level of income the provider will receive from the CCG. It does not represent guaranteed income. The practice is situated in the Lawrence Hill ward of Bristol and is ethnically diverse; more than half the population are BME (57.31%). The largest ethnic groups come from the Caribbean, Asian subcontinent and Somalia. To support the diverse ethnicities the practice has interpreters, counsellors and welfare benefits advisors accessible on site. The practice operates from a modern purpose built health centre and is co-located with a pharmacy, community healthcare team, midwives, dentists and the Citizens Advice Bureau. Providers will need to demonstrate ability to work dynamically, integrating with the new Inner City PCN as well as contribute to the success of the Inner City and East Locality in their role to deliver new, innovative models of care working with VCSE, mental health, community providers and the local authority to meet the needs of the population. The CCG recognises the importance of strong primary care at the heart of integrated care systems, and is keen to engage providers who can demonstrate willingness to deliver a number of key design principles e.g. improving access and promoting prevention and self-care, as part of core service delivery and using digital channels to provide health care online consultations. The full scope can be found on the eTendering system (SCW In-Tend system- https://in-tendhost.co.uk/scwcsu/aspx/Home). This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the CCG. Additional information: Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. The services are healthcare services falling 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 tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority ("Open", "Restricted", "Competitive Procedure with Negotiation", "Competitive Dialogue" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-8ec79e4d-d0e5-42df-abb8-6c7f4a003958
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/42bef35e-a82e-4e8d-a2fd-6be4d6b6743d
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85120000 - Medical practice and related services
Notice Value(s)
- Tender Value
- £19,738,297 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Sep 20196 years ago
- Submission Deadline
- 17 Oct 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2020 - 31 Mar 2030 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
- Contact Name
- John Gibbs, SCW (communication via In-Tend)
- Contact Email
- john.gibbs4@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS1 3NX
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK51 Bristol, City of
- Delivery Location
- TLK South West (England)
-
- Local Authority
- Bristol, City of
- Electoral Ward
- Central
- Westminster Constituency
- Bristol Central
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/42bef35e-a82e-4e8d-a2fd-6be4d6b6743d
2nd September 2019 - Opportunity notice on Contracts Finder -
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-8ec79e4d-d0e5-42df-abb8-6c7f4a003958-2019-09-02T11:53:33+01:00",
"date": "2019-09-02T11:53:33+01:00",
"ocid": "ocds-b5fd17-8ec79e4d-d0e5-42df-abb8-6c7f4a003958",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "PR003261",
"title": "Provision of Primary Medical Services - Charlotte Keel (APMS) on behalf of NHS Bristol, North Somerset and South Gloucestershire CCG",
"description": "NHS Bristol, North Somerset and South Gloucestershire CCG (BNSSG CCG), seeks a provider for a contract of 8 years with an option to extend for up to 2 years (total 10 years) for Charlotte Keel Medical Centre (L81015). The current contract was a short term emergency contract due to expire on 31 March 2020. The successful provider will need to provide the full range of primary medical services from 1 April 2020, mobilising from December 2019. The practice has a list size of 16,818 and the annual contract value is PS1,495,578. This will be subject to quarterly list size adjustments, Global Sum and Out of Hours adjustments. An APMS Transitional Payment of PS355k is offered, paid equally over the first 18 months of the contract. The practice will be entitled to provide additional services commissioned by the CCG, including Local Enhanced Services, Prescribing Quality Scheme and Supplementary Services. These attract additional income from the CCG. Payment for these services is dependent on the provider signing up to agreed service specifications. Including this additionally achievable income, the contract value over 8 years is an estimated PS15,861,738, with an estimated additional value of PS3,876,559 for the option to extend for up to 2 years, making an estimated contract value up to PS19,738,297. Please note figures are indicative and represent the likely level of income the provider will receive from the CCG. It does not represent guaranteed income. The practice is situated in the Lawrence Hill ward of Bristol and is ethnically diverse; more than half the population are BME (57.31%). The largest ethnic groups come from the Caribbean, Asian subcontinent and Somalia. To support the diverse ethnicities the practice has interpreters, counsellors and welfare benefits advisors accessible on site. The practice operates from a modern purpose built health centre and is co-located with a pharmacy, community healthcare team, midwives, dentists and the Citizens Advice Bureau. Providers will need to demonstrate ability to work dynamically, integrating with the new Inner City PCN as well as contribute to the success of the Inner City and East Locality in their role to deliver new, innovative models of care working with VCSE, mental health, community providers and the local authority to meet the needs of the population. The CCG recognises the importance of strong primary care at the heart of integrated care systems, and is keen to engage providers who can demonstrate willingness to deliver a number of key design principles e.g. improving access and promoting prevention and self-care, as part of core service delivery and using digital channels to provide health care online consultations. The full scope can be found on the eTendering system (SCW In-Tend system- https://in-tendhost.co.uk/scwcsu/aspx/Home). This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the CCG. Additional information: Interested providers will be able to view this notice via the 'current tenders' list on the e-procurement system In-Tend, available on the following link: https://in-tendhost.co.uk/scwcsu/aspx/Home In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents. On registration, please include at least two contacts to allow for access to the system in times of absence. The services are healthcare services falling 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 tendering process will be conducted in accordance with the requirements and flexibilities provided by Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations. The Authority will run a transparent tender process, treating all Bidders equally. For the avoidance of doubt, the Authority will not be bound by the Regulations or the Treaty on the Functioning of the European Union or any other regulations or legislation except for the specific parts or circumstances that apply to the procurement of these Services. Neither the inclusion of a Bidder selection stage, nor the use of any language or terms found in the Directive or Regulations, nor the description of the procedure voluntarily adopted by the Authority (\"Open\", \"Restricted\", \"Competitive Procedure with Negotiation\", \"Competitive Dialogue\" or any other description), nor any other indication, shall be taken to mean that the Authority intends to hold itself bound by the Directive or Regulations, save by the provisions applicable to services coming within the scope of Annex XIV of the Directive / Schedule 3 of the Regulations. The Contracting Authority intends to voluntarily observe the award decision notices provisions and 10 day standstill period described in Regulation 86 of the Regulations. Unsuccessful Bidders will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/application was unsuccessful. Deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the Regulations.",
"datePublished": "2019-09-02T11:38:59+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "85120000",
"description": "Medical practice and related services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South West",
"countryName": "United Kingdom"
},
{
"region": "South West",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 19738297,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2019-10-17T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2020-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/42bef35e-a82e-4e8d-a2fd-6be4d6b6743d",
"datePublished": "2019-09-02T11:53:33+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "Link to eProcurement system",
"url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"identifier": {
"legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/FDEK7nf7"
},
"address": {
"streetAddress": "NHS Bristol, North Somerset and South Gloucestershire Clinical Commissioning Group,, South Plaza, Marlborough Street",
"locality": "Bristol",
"postalCode": "BS1 3NX",
"countryName": "England"
},
"contactPoint": {
"name": "John Gibbs, SCW (communication via In-Tend)",
"email": "john.gibbs4@nhs.net"
},
"details": {
"url": "https://in-tendhost.co.uk/scwcsu/aspx/Home"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/FDEK7nf7",
"name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
}
}