Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Procurement of Primary Medical Services at North Colchester Health Centre
Reference number: ACE-0323-2018-NEE
II.1.2)Main CPV code85100000
II.1.3)Type of contractServices
II.1.4)Short description:
North East Essex Clinical Commissioning Group in conjunction with NHS England, hereby invites suitably qualified service providers to submit tenders for the provision of Alternative Provider Medical Services (APMS) at North Colchester Health Centre for North East Essex CCG.
II.1.5)Estimated total valueValue excluding VAT: 4 989 654.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKH3
Main site or place of performance:
II.2.4)Description of the procurement:
North East Essex Clinical Commissioning Group in conjunction with NHS England, hereby invites suitably qualified service providers to submit tenders for the provision of Alternative Provider Medical Services (APMS) at North Colchester Health Centre for North East Essex CCG. To register interest in applying, please go to: https://attain.force.com/s/ Click on ‘Register’ and follow the on screen instructions. The deadline for ITT responses is 12:00 noon on 24.10.2018.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 4 989 654.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/10/2019
End: 30/09/2026
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option to extend by up to 2 years.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The Contract will run for an initial 7 years commencing on the 1.10.2019. There is an option to extend the contract for 24 months. The contract value for the initial 7 year term is 3 880 841 GBP. The Contract value, including the option to extend is 4 989 654 GBP.
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 standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 procedureOpen 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 participateDate: 24/10/2018
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 tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 24/10/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The Services to which this Procurement relates fall within Schedule 3 of the Public Contracts Regulations 2015 (the ‘Regulations’). As such, the procurement of the Service is being run as a bespoke, single stage application process akin to the Open procedure, involving a number of stages which are outlined within the suite of procurement documents. The Contracting Authority does not intend to hold itself bound by any of the Regulations, save those applicable to Schedule 3 Services.
VI.4)Procedures for review
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:06/09/2018