By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

NHS Chiltern and Aylesbury Vale CCGs wish to identify a provider for a GP Surgery in Aylesbury. The successful provider will need to provide the full range of primary medical services from 1.4.2018, mobilising from December 2017. ...

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
NHS Aylesbury Vale CCG
Aylesbury Vale District Council Offices, The Gateway, Gatehouse Road, Buckinghamshire
Aylesbury
HP19 8FF
United Kingdom
Contact person: John Gibbs (via In-Tend)
E-mail:
NUTS code: UKJ1

Internet address(es):

Main address: https://in-tendhost.co.uk/scwcsu/aspx/Home

Address of the buyer profile: https://www.aylesburyvaleccg.nhs.uk/

I.1)Name and addresses
NHS Chiltern CCG
Ground Floor, Chiltern District Council Offices
Amersham
HP6 5AW
United Kingdom
E-mail:
NUTS code: UKJ1

Internet address(es):

Main address: https://www.chilternccg.nhs.uk/

I.2)Joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/scwcsu/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/scwcsu/aspx/Home
Tenders or requests to participate must be submitted to the abovementioned address
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:

Aylesbury Vale and Chiltern CCGs - Provision of Primary Medical Services at Aylesbury.

Reference number: PR001933
II.1.2)Main CPV code
85120000
II.1.3)Type of contract
Services
II.1.4)Short description:

NHS Chiltern and Aylesbury Vale CCGs wish to identify a provider for a GP Surgery in Aylesbury.

The successful provider will need to provide the full range of primary medical services from 1.4.2018, mobilising from December 2017.

The current Practice (Mandeville) is situated on the Southcourt Estate in Aylesbury. The patient list comes mainly from this estate and comprises young families with significant deprivation and ethnic mix. An older patient list from the Elmhurst area of Aylesbury is also included in the list. The current list size is approx. 15 700 patients as of the 1.4.2017.

The full scope of the service can be found in the draft service specification available at https://in-tendhost.co.uk/scwcsu/aspx/Home

II.1.5)Estimated total value
Value excluding VAT: 12 086 977.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
85120000
II.2.3)Place of performance
NUTS code: UKJ1
II.2.4)Description of the procurement:

NHS Chiltern and Aylesbury Vale CCGs wish to identify a provider for a GP Surgery in Aylesbury.

The successful provider will need to provide the full range of primary medical services from 01 April 2018, mobilising from December 2017.

The current Practice (Mandeville) is situated on the Southcourt Estate in Aylesbury. The patient list comes mainly from this estate and comprises young families with significant deprivation and ethnic mix. An older patient list from the Elmhurst area of Aylesbury is also included in the list. The current list size is approx. 15 700 patients as of the 1.4.2017.

Services to be provided:

- Essential Services

- All Additional Services

- Core opening hours and service delivery from 8:00- 18:30 Monday to Friday (except statutory bank and public holidays)

- Extended hours to 20:00 Monday to Friday and weekend hours to be determined in consultation with patients.

The CCGs are looking for a patient-centred approach to care delivery that is clear and accessible to patients. In line with patient expectations, the service will be culturally sensitive and encompass national and local public health targets. We are also looking for providers who can demonstrate a 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.

The full scope of the service can be found in the draft service specification available at https://in-tendhost.co.uk/scwcsu/aspx/Home

The contract period is an initial 5 years with an option to extend for any period (or periods) up to a further 2 years. Based on current patient list and scope of services the annual contract value is £1,726,711. Any future contract value is expected to be in line with any rise or fall in the patient list size, as may be the case.

This procurement is being carried out by NHS South, Central & West Commissioning Support Unit (SCW) on behalf of the Commissioners.

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: 12 086 977.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: yes
Description of renewals:

The contract period is an initial 5 years with an option to extend for any period (or periods) up to a further 2 years.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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 Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU (the Directive) and Schedule 3 to the Public Contract Regulations 2015 (the Regulations), which are not subject to the full regime of the Regulations, but is instead governed by the Light Touch Regime", (Articles 74 to 76 of the Directive, and Regulations 74 to 76 of the Regulations).

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/08/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 84 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 18/08/2017
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Four to six years from award of contract.

VI.2)Information about electronic workflows
VI.3)Additional information:

The Services are healthcare services within the meaning and scope of Annex XIV of Directive 2014/24/EU (the Directive) and Schedule 3 to the Public Contract Regulations 2015 (the Regulations). 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 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).

VI.4)Procedures for review
VI.4.1)Review body
NHS Aylesbury Vale CCG
Aylesbury Vale District Council offices, The Gateway, Gatehouse Road, Buckinghamshire
Aylesbury
HP19 8FF
Afghanistan
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
19/07/2017