Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)North Middlesex University Hospital
NHS Trust, Ground Floor, Old Admin Block, Sterling Way, Edmonton
For the attention of: Mark Leyshon
NX18 1QX London
UNITED KINGDOM
Telephone: +44 2071835091
E-mail:
Fax: +44 2088874330
Internet address(es):
General address of the contracting authority: http://http://www.northmid.nhs.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Urgent Care Centre (UCC) - Walk-In and Healthcare Services
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
NUTS code UKI,UKI21,UKI23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)North Middlesex University Hospital NHS Trust are tendering for a service provider to deliver an enhanced integrated Urgent Care Centre co-located within and working in partnership with the A&E; department and wider trust. Initially this will include Walk-In Urgent Care, GP Services, and other primary and secondary services as a partnership with the successful provider.
II.1.6)Common procurement vocabulary (CPV)85140000, 85000000, 85100000, 85110000, 85111100, 85111200, 85111810, 85112200, 85112000, 85111400, 85120000, 85121000, 85121100, 85121200, 85141000, 85141200, 85141220, 85142100, 85148000, 85150000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Services will include non-life threatening urgent care, GP services, and may include in part or full other primary or secondary services that the Trust currently provides or may secure and provide in the future, including but not necessarily exhaustive of: Diagnostics, Physiotherapy, Sexual Health and Womens Services, Dentistry, GP Extended Hours Services, Fast / Rapid Response, Minor surgery during the life of the contract.
Estimated value excluding VAT:
Range: between 7 500 000 and 25 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contract duration will be a minimum of 3 years and may be extended annually up to a maximum of 5 years (3+2).
Other primary and secondary services, and geographical locations and activity may be included as the relationship evolves and as and when the services the Trust provides may expand through its relationships and tendering processes with commissioning organisations and other providers.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:Further information on contract guarantees/deposits will be advised in the tender documentation
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Consortium bidders may, at the discretion of the Trust, be required to form a legal entity if they are successful with their tender.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details of formalities necessary for evaluating if requirements are met will be provided in the Pre-Qualification Questionnaire document and tender documentation for successfully pre-qualified bidders.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Details of formalities necessary for evaluating if requirements are met will be provided in the Pre-Qualification Questionnaire document and tender document for successfully pre-qualified bidders.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Details of formalities necessary for evaluating if requirements are met will be provided in the Pre-Qualification Questionnaire document and tender document for successfully pre-qualified bidders.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Details of formalities necessary for evaluating if requirements are met will be provided in the Pre-Qualification Questionnaire document and tender document for successfully pre-qualified bidders.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: Details of formalities necessary for evaluating if requirements are met and the evaluation and selection proposal will be provided in the Pre-Qualification Questionnaire document
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate31.1.2014
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationServices will include non-life threatening urgent care, GP services, and may include in part or full other primary and secondary services. Services may be expanded to other geographical locations and activity as the relationship evolves as and when the services the Trust provides expand (for example by commissioners requiring integrated/bundled services) or Trust tendering processes with commissioning organisations and other providers. For example, services including but not exhaustive of: Diagnostics, Physiotherapy, Sexual Health and Womens Services, Dentistry, GP Services in extended hours, Fast / Rapid Response, Minor surgery.
GP Services: The service will initially be based in the Hospital. The services may include outpatient services and enhanced minor surgery during the contract period. This service will be required to maximise integration with the other components and the services may therefore be extended as and when required either at the start of the contract or as and when necessary, and during the contract where the services the Trust provides changes or expands.
For Urgent Care Services; A Walk In Service, a Minor Injury and Illness Service, integral to the GP Service. It should provide immediate access for patients attending the service with minor injuries and illness. Emergency Care will still be undertaken at the A & E Department by North Middlesex University Hospital.
As above, the scope of the contract may be extended to include current and future geographical expansions and services the Trust is commissioned to provide (for example by commissioners requiring integrated/bundled services) or which the Trust tenders for with the provider. Such services shall be as agreed by the Trust and the Provider. The nature of any likely expansion and service delivery model by the Trust and the Provider will be advised during the procurement process.
Subject to the paragraph below it is envisaged that the general scope and remit of the Restricted procedure shall be followed although the Trust reserves the right to include dialogue/discussions within the process. Details will be advised in the tender documentation.
As this is a procurement for Part B health services advertised pursuant to the Commission's Interpretative Communication relating to competition and better value offers, the contracting authority expressly excludes from the procurement (and any conditions of tender) the incorporation (or deemed incorporation) of the provisions of Regulation 16 (Restricted Procedure) from the Public Contracts Regulations 2006 and any other Regulations contained therein which are not applicable to the procurement of Part B Services.
The value of the services cannot be properly reflected in the contract value detailed below as the scope of works will vary depending on the proposals made by bidders and future growth and the success of the partnership.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: This procurement is subject to the Public Contracts Regulations 2006 Part B Services and appeals shall be governed by the procedure therein.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.12.2013