Tender

Plymouth Primary Care Medical Services (the Mayflower Group) for and on behalf of NHS England (NHSE), by NHS Devon ICB

NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT

This public procurement record has 1 release in its history.

Tender

06 Jul 2023 at 13:17

Summary of the contracting process

The NHS South, Central and West Commissioning Support Unit is conducting a tender titled "Plymouth Primary Care Medical Services" on behalf of NHS England. The procurement falls under the Health and Social Work Services category. This tender aims to secure providers for primary care medical services in Plymouth through an APMS contract with services scheduled to start on 1st April 2024. The total contract term is 10 years with an annual budget of approximately £7.4m. Interested parties must meet specific eligibility criteria, including the ability to provide high-quality healthcare services.

This tender presents an opportunity for healthcare service providers with expertise in delivering integrated health services within a community setting. Businesses capable of offering online and face-to-face health services, demonstrating knowledge of patient populations, and a track record of service excellence are well-suited to compete. The procurement process is being managed transparently by the buying organisation, NHS South, Central and West Commissioning Support Unit, through the 'Health Family' e-procurement system. Interested providers are encouraged to register on the platform to access bid documentation and participate in the competitive tendering process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Plymouth Primary Care Medical Services (the Mayflower Group) for and on behalf of NHS England (NHSE), by NHS Devon ICB

Notice Description

NHS Devon ICB ("the Commissioner"), on behalf of NHS England (NHSE) are seeking providers with capability and capacity to deliver Primary Care Medical Services from existing facilities in Plymouth (the Mayflower Group). The service will provide the full range of primary medical care services through an APMS contract with an expectation to provide a variety of Locally Enhanced Services delivered through an NHS Standard Contract. The contract term will be 10 years, with services scheduled to commence on 1st April 2024. The annual budget is expected to be approx. PS7.4m but will be variable depending on a combination of factors such as list size and nationally agreed global sum payments, nationally agreed Direct Enhanced Services, locally agreed Local Enhanced Services and other standard primary medical services entitlements. Short term transitional funding will also be available during the first 24 months of the contract and will be in addition to any contract payment during the same period. This funding will be limited to PS3m in the first contract year and PS1m in the second year. Bidders wishing to receive this funding will be subject to a scored full cost breakdown and scored financial narrative within their bid submission. Interested parties must be eligible to hold an APMS (Alternative Provider Medical Services) contract and appropriate CQC registration. The Key requirements, that you must confirm you are able to meet are: * Recent evidence of working at scale providing integrated health services within a community setting * On line and face to face services MUST be provided * Recurrent delivery within core GMS funding * Demonstrable knowledge of the patient population to be served and demonstrable evidence of delivering health care services to a similar group * Proven track record of recruitment and retention of clinical and support staff, with robust workforce plan * Recent evidence of high-quality service delivery, which might include positive regulatory assessment * Demonstrable ability to provide high quality primary medical services * Evidence of managing significant service improvement and delivering change in a challenging environment A full specification and list of defined requirements and outcomes has been included with the opportunity. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

Lot Information

Lot 1

NHS Devon ICB ("the Commissioner"), on behalf of NHS England (NHSE) are seeking providers with capability and capacity to deliver Primary Care Medical Services from existing facilities in Plymouth (the Mayflower Group). The service will provide the full range of primary medical care services through an APMS contract with an expectation to provide a variety of Locally Enhanced Services delivered through an NHS Standard Contract. The contract term will be 10 years, with services scheduled to commence on 1st April 2024. The annual budget is expected to be approx. PS7.4m but will be variable depending on a combination of factors such as list size and nationally agreed global sum payments, nationally agreed Direct Enhanced Services, locally agreed Local Enhanced Services and other standard primary medical services entitlements. Short term transitional funding will also be available during the first 24 months of the contract and will be in addition to any contract payment during the same period. This funding will be limited to PS3m in the first contract year and PS1m in the second year. Bidders wishing to receive this funding will be subject to a scored full cost breakdown and scored financial narrative within their bid submission. Interested parties must be eligible to hold an APMS (Alternative Provider Medical Services) contract and appropriate CQC registration. The Key requirements, that you must confirm you are able to meet are: * Recent evidence of working at scale providing integrated health services within a community setting * On line and face to face services MUST be provided * Recurrent delivery within core GMS funding * Demonstrable knowledge of the patient population to be served and demonstrable evidence of delivering health care services to a similar group * Proven track record of recruitment and retention of clinical and support staff, with robust workforce plan * Recent evidence of high-quality service delivery, which might include positive regulatory assessment * Demonstrable ability to provide high quality primary medical services * Evidence of managing significant service improvement and delivering change in a challenging environment A full specification and list of defined requirements and outcomes has been included with the opportunity. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome. Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page. If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid. 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 are 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. Bidders will be notified of a contract award decision and the Contracting Authority intends to voluntarily observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03df66
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019301-2023
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85000000 - Health and social work services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Jul 20232 years ago
Submission Deadline
10 Aug 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT
Contact Name
Not specified
Contact Email
scwcsu.procurement@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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-03df66-2023-07-06T14:17:01+01:00",
    "date": "2023-07-06T14:17:01+01:00",
    "ocid": "ocds-h6vhtk-03df66",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03df66",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Plymouth Primary Care Medical Services (the Mayflower Group) for and on behalf of NHS England (NHSE), by NHS Devon ICB",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85000000",
            "description": "Health and social work services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS Devon ICB (\"the Commissioner\"), on behalf of NHS England (NHSE) are seeking providers with capability and capacity to deliver Primary Care Medical Services from existing facilities in Plymouth (the Mayflower Group). The service will provide the full range of primary medical care services through an APMS contract with an expectation to provide a variety of Locally Enhanced Services delivered through an NHS Standard Contract. The contract term will be 10 years, with services scheduled to commence on 1st April 2024. The annual budget is expected to be approx. PS7.4m but will be variable depending on a combination of factors such as list size and nationally agreed global sum payments, nationally agreed Direct Enhanced Services, locally agreed Local Enhanced Services and other standard primary medical services entitlements. Short term transitional funding will also be available during the first 24 months of the contract and will be in addition to any contract payment during the same period. This funding will be limited to PS3m in the first contract year and PS1m in the second year. Bidders wishing to receive this funding will be subject to a scored full cost breakdown and scored financial narrative within their bid submission. Interested parties must be eligible to hold an APMS (Alternative Provider Medical Services) contract and appropriate CQC registration. The Key requirements, that you must confirm you are able to meet are: * Recent evidence of working at scale providing integrated health services within a community setting * On line and face to face services MUST be provided * Recurrent delivery within core GMS funding * Demonstrable knowledge of the patient population to be served and demonstrable evidence of delivering health care services to a similar group * Proven track record of recruitment and retention of clinical and support staff, with robust workforce plan * Recent evidence of high-quality service delivery, which might include positive regulatory assessment * Demonstrable ability to provide high quality primary medical services * Evidence of managing significant service improvement and delivering change in a challenging environment A full specification and list of defined requirements and outcomes has been included with the opportunity. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.",
        "lots": [
            {
                "id": "1",
                "description": "NHS Devon ICB (\"the Commissioner\"), on behalf of NHS England (NHSE) are seeking providers with capability and capacity to deliver Primary Care Medical Services from existing facilities in Plymouth (the Mayflower Group). The service will provide the full range of primary medical care services through an APMS contract with an expectation to provide a variety of Locally Enhanced Services delivered through an NHS Standard Contract. The contract term will be 10 years, with services scheduled to commence on 1st April 2024. The annual budget is expected to be approx. PS7.4m but will be variable depending on a combination of factors such as list size and nationally agreed global sum payments, nationally agreed Direct Enhanced Services, locally agreed Local Enhanced Services and other standard primary medical services entitlements. Short term transitional funding will also be available during the first 24 months of the contract and will be in addition to any contract payment during the same period. This funding will be limited to PS3m in the first contract year and PS1m in the second year. Bidders wishing to receive this funding will be subject to a scored full cost breakdown and scored financial narrative within their bid submission. Interested parties must be eligible to hold an APMS (Alternative Provider Medical Services) contract and appropriate CQC registration. The Key requirements, that you must confirm you are able to meet are: * Recent evidence of working at scale providing integrated health services within a community setting * On line and face to face services MUST be provided * Recurrent delivery within core GMS funding * Demonstrable knowledge of the patient population to be served and demonstrable evidence of delivering health care services to a similar group * Proven track record of recruitment and retention of clinical and support staff, with robust workforce plan * Recent evidence of high-quality service delivery, which might include positive regulatory assessment * Demonstrable ability to provide high quality primary medical services * Evidence of managing significant service improvement and delivering change in a challenging environment A full specification and list of defined requirements and outcomes has been included with the opportunity. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner. Interested providers will be able to view this opportunity via the live opportunities list on the 'Health Family' e-procurement system, Atamis. Click on 'View our Live Opportunities' from the home page, available on the following link: https://health-family.force.com/s/Welcome. Once you have found the opportunity (via the search function, using the title or reference number), to gain full access to the bid documentation (including questionnaires), you will need to click on 'Register interest' - this will take you to the log-in page. If you are not already registered on the system, you will need to do so before gaining full access to the documentation and be able to submit a bid. 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 are 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. Bidders will be notified of a contract award decision and the Contracting Authority intends to voluntarily observe the 10-day standstill period in accordance with the Public Contracts Regulations 2015 ('Regulations'). Details of the dates of the standstill period will be outlined in the Contract award notification letter. The Regulations provide that aggrieved parties are to take action in the High Court (England and Wales).",
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://health-family.force.com/s/Welcome",
        "tenderPeriod": {
            "endDate": "2023-08-10T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-72915",
            "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
            "identifier": {
                "legalName": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "THREE SIX ZERO",
                "locality": "BRISTOL",
                "region": "UKK11",
                "postalCode": "BS13NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "scwcsu.procurement@nhs.net",
                "url": "https://health-family.force.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://health-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-72915",
        "name": "NHS SOUTH, CENTRAL AND WEST COMMISSIONING SUPPORT UNIT"
    },
    "language": "en"
}