OPPORTUNITY NOTICE - PROVISION OF AN ALTERNATIVE PROVIDER OF MEDICAL SERVICES (APMS) CONTRACT FOR NHS WEST LEICESTERSHIRE CLINICAL COMMISSIONING GROUP

Award

Value

£9,311,400

Classifications

  • General-practitioner services

Tags

  • award

Submission Deadline

4 years ago

Published

3 years ago

Description

NHS West Leicestershire Clinical Commissioning Group (WL CCG) are seeking to commission a provider to deliver medical services at Thurmaston Health Centre, Leicester under an Alternative Provider of Medical Services contract from the 1st April 2021 for 7145 patients. The current contract arrangement is operating under caretaker arrangements that are due to expire on the 31st March 2021. 

The Commissioners wish to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced Providers with the necessary skill and experience (or a demonstrable ability to provide the skill and experience) to provide the range of services required.

The aim of all the services is to deliver all essential, additional and enhanced services to all registered patients at the practice.

The main benefits and expected outcomes are:
•	To seek innovative provision of primary care services, potentially utilising new technology, which aligns with national and local strategic plans
•	To deliver a GP Led service with appropriate clinical oversight throughout core hours to ensure safe robust process which supports practice staff and patients 
•	Aligning services to the GP Forward View, the NHS Long Term Plan and Investment and Evolution - a 5-year framework and PCNs. 
The Commissioner is therefore seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plan, i.e.:
a)	'Do things differently'
o	develop new ways to improve access and service delivery;
o	improve integration and collaborative working with local health and social care providers, including 'PCNs;
o	improve engagement with patients in the development of integrated primary care services ensuring the patient has more control over their own health and the care they receive;
b)	Preventing illness, tackle health inequalities;
o	Promote physical and psychological well-being and self- care;
c)	'Provide world class care for major health problems'
Through the use of:
o	improved continuity of care
o	clinical audit,
o	appropriate risk assessment to promote early diagnosis of chronic disease;
o	improved long term condition management;
d)	Making better use of data and digital technology
o	The Contractor must support the 'digital first' approach and use clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes. 
e)	Backing the workforce:
o	The Contractor must provide a GP Led service with appropriate clinical oversight to support the multi- dimensional practice team;
o	The Contractor must provide and support all staff holistically, ensuring personal development, promote confidence and greater staff satisfaction.

The Contract shall be for a term of five (5) years from the Service start date with the possibility of extending the term by up to another 5 years beyond the initial contracted term at the Commissioners' request. The contract start date is 1st of April 2021.

Additional information: The contract value for this service is estimated to an annual cost of £931,140 and it will be up for a total £9,311m over the potential 10-years of the contract including extensions (please note that the Commissioners reserve the right to reject bids that exceed the budgetary threshold).

The service will be commissioned via an open type procurement process according to the Light Touch Regime of the Procurement Contract Regulations 2015 for healthcare services advertised to all providers which is proportionate to the value and complexity of the service and contract. 

The invitation to tender (ITT) will be available from 25th September 2020 on the ML CSU Bravo portal (see below) and it will have a deadline for submissions 2nd November 2020. 

Clarifications may be asked during the procurement process up to a week before the ITT deadline on 26th October 2020.

We recommend current providers of similar services, providers who may be interested in providing this service, or other stakeholders who may have an interest in providing this service or parts of the service to register on the MLCSU eProcurement portal Bravo(Jaggaer) to register their interest and get access to the ITT and all the documentation.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

NHSE NCL APMS GP Services

NHS North Central London Integrated Care Board (ICB) (hereafter referred to as the"the ICB"), under delegated commissioning on behalf of NHS England (hereafter referred to as "the Authority") is seeking to procure GP Primary Medical Services under Alternative Provider Medical Services (APMS) Contracts delivered from the following sites: Lot 1 a - Brunswick Medical Centre (39 Brunswick Square, London WC1N 1AF), Lot 1 b - Somers Town Medical Centre (77- 83 Chalton St, London NW1 1HY) , Lot 1 c - Camden Health Improvement Practice (Margarete Centre, St James House, 108 Hampstead Road, London, NW1 2LS) Lot 2 - The Mitchison Road Surgery (2 Mitchison Road, London, N1 3NG) Lot 3 - The Northern Medical Centre (Holloway Community Health Centre, 11 Hornsey Street, London, N7 8GG) Lot 4 - St Ann's Road Surgery (The Laurels Healthy Living Centre, 256 St Anns Road, London, N15 5AZ) Lot 1 a: Contract value of £1,522,079 per annum or £24,194,116 over 15 years Lot 1 b: Contract value of £2,456,042 per annum or £39,039,870 over 15 years Lot 1 c: Contract value of £585,000 per annum or £8,775,000 over 15 years Lot 2 : Contract value of £1,584,417 per annum or £25,185,001 over 15 years Lot 3: Contract value of £1,347,250 per annum or £21,415,198 over 15 years Lot 4: Contract value of £2,639,926 per annum or £41,962,814 over 15 years The decisions applicable to this Procurement will be made by the ICB in line with its Delegation Agreement with the Authority. In circumstances where an ICB has accepted fully delegated responsibility under co-commissioning, the ICB may be the signatory to the Contract on behalf of the Authority. The contracts will have an initial term of 5 years (60 months), followed by an optional extension of up to 5 years (60 months) at the discretion of the commissioner, and followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of up to 15 years (180 months). The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted, based on the competitive process under the Health Care Services (Provider Selection Regime) regulations 2023 ("the Regulations" (as amended)). Further information regarding the Authority is available from: https://www.england.nhs.uk/about/about-nhs-england/ Further information regarding the ICB is available from: https://www.nclhealthandcare.org.uk The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. The contract Reference number is : C346356. Interested Organisation must express an interest via Atamis. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below: https://atamis-1928.my.site.com/s/Welcome The deadline for submission of bids is 09.05.2025 at 13.00

NHS England

Published 2 weeks ago
Open

Long Acting Reversible Contraception in Primary Care Settings DPS

As required under the Provider Selection Regime Regulation 13(5), this is a notice of extension of the existing DPS (now managed under Direct Award B) by a further year until 30th November 2025. Kent County Council is procuring through Primary Care, the fitting, monitoring, checking, and removal of intrauterine devices (IUDs), intrauterine systems (IUSs) and sub-dermal implants (SDIs), collectively known as long-acting reversible contraception (LARC), for contraceptive purposes only. The Council is aiming to procure a service which is available in each Kent geographical Primary Care Network area, to ensure access for services throughout the county. The service will be provided in primary care settings across Kent, by practitioners who hold valid and up-to-date Letters of Competence (LoC), as issued by the Faculty of Sexual and Reproductive Healthcare (FSRH), for the procedures undertaken, or by potential providers who have suitability to pursue the professional activity, including the ability to: - achieve and maintain competence to deliver LARC as specified by the FSRH as part of a primary care pathway. - have appropriate treatment rooms and facilities for delivery of LARC as specified by FSRH latest clinical guidance, within each geographical GP PCN/ neighbourhood quadrant. - ensure that patients with needs relating to uncomplicated STIs should have their care managed by appropriately skilled healthcare professionals, as defined by the latest standards specified by the British Association for Sexual Health and HIV (BASHH).

Open

Long Acting Reversible Contraception in Primary Care Settings Direct award B SC230146

Kent County Council is procuring through Primary Care, the fitting, monitoring, checking, and removal of intrauterine devices (IUDs), intrauterine systems (IUSs) and sub-dermal implants (SDIs), collectively known as long-acting reversible contraception (LARC), for contraceptive purposes only. The Council is aiming to procure a service which is available in each Kent geographical Primary Care Network area, to ensure access for services throughout the county. The service will be provided in primary care settings across Kent, by practitioners who hold valid and up-to-date Letters of Competence (LoC), as issued by the Faculty of Sexual and Reproductive Healthcare (FSRH), for the procedures undertaken, or by potential providers who have suitability to pursue the professional activity, including the ability to: - achieve and maintain competence to deliver LARC as specified by the FSRH as part of a primary care pathway. - have appropriate treatment rooms and facilities for delivery of LARC as specified by FSRH latest clinical guidance, within each geographical GP PCN/ neighbourhood quadrant. - ensure that patients with needs relating to uncomplicated STIs should have their care managed by appropriately skilled healthcare professionals, as defined by the latest standards specified by the British Association for Sexual Health and HIV (BASHH). This service is applicable to the Provider Selection Regime 2023 and specifically managed as a Direct Award B procurement.

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete