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

4 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

Alternative Provider Medical Services (APMS) at Minehead Medical Practice to NHS Somerset Integrated Care Board

NHS Somerset Integrated Care Board are seeking to secure a prime provider with the capability and capacity to deliver an Alternative Provider Medical Service at Minehead Medical Centre, in line with specified requirements. The latest registered patient list size is 11,738 (NHS England January 2025). There is an opportunity for the provider of the new contract to potentially increase the registered list size and subsequent income through providing a good quality service. The practice is situated in Minehead, a town in West Somerset with a population of 11,757 in the 2021 census. Minehead is in a remote area of West Somerset with the nearest town of Taunton around a 45-minute drive away. There is an Urgent Treatment Centre in Minehead although the nearest main hospital, including the Accident and Emergency Department is in Taunton. The distance to travel to the main hospital site and the Accident and Emergency Department in Taunton needs to be appropriately considered and incorporated in the delivery of services to patients. The service will: • Provide Primary Care Medical Services in accordance with the Alternative Medical Services Provider (APMS) contract. • Offer registration to residents living within Minehead (see patient registration area within the tender documentation). • Open from 08:00-18:30 Monday to Friday, excluding Bank Holidays. The Contractor will: • Provide GP led primary medical care services to patients residing in the Practice Registration Area and/or patients registered with the practice as temporary patients according to National Guidance as amended from time to time. • Have an integrated and fully supported primary health care team to work in partnership with all other NHS and non-NHS healthcare Contractors and stakeholders (including, but not limited to, district nurses, social services, mental health services, acute trusts, voluntary and third sector services and Public Health England etc.) on the same basis as other GP practices in the area. This will include participating in and helping to integrate local collaborative models of working such as enhanced access arrangements, Primary Care Networks initiatives, NHS Somerset Integrated Care Board (ICB) Primary Care Strategy and other strategies that have elements that are relevant to primary care (e.g. mental health). In addition, the Contractor will engage and participate in future local collaborative models of working such as neighbourhood teams as and when they arise. • Participate in the QOF and in the Delivery of Directed Enhanced Services (DES). The current list of Directed Enhanced Services is in Annex 1 of the service specification. It should be noted that these may change from time to time in line with national directions. • The provider will form part of the local Primary Care Network requiring: - • entering into the full Network Agreement • agree data sharing agreements to support the delivery of extended hours • sign up to the Network Contract DES on CQRS Although not forming part of the APMS contract, the Provider will also provide Local Enhanced Services under a standard NHS Standard Contract. TUPE is likely to apply. The contract term will be for 3 years with an optional extension of any number of periods up to 2 years. The contract value is £1,972,694 per annum giving a contract value of £5,918,082 for the initial contract period and £9,863,470 if the full extension period is adopted. Additional monies of up to a maximum of £300,000 is available for mobilisation and delivery of KPI's, as detailed within the tender documentation. The new service will commence on the 24th January 2026. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

Open

Silverlock Medical Centre and Queens Road Surgery Personal Medical Services (PMS)

NHS South East London Integrated Care Board (NHS South East London) under delegated commissioning on behalf of NHS England invites suitable and qualified Healthcare providers to submit their interest and completed Invitation to Tender (ITT) submissions for the delivery of Primary Medical services for the following two sites: 1. Silverlock Medical Centre, 2 Verney Way, London, Greater London, SE16 3HA. 2. Queens Road Surgery, 136 Meeting House Lane, London, Greater London, SE15 2UA. Bidders have the opportunity to bid for both lots and a single bidder can be awarded both lots. The Services Queens Road Surgery and Silverlock Medical Centre are both currently managed under an APMS contract which will end on 31st March 2026. Silverlock Medical Centre: The commissioners are aiming to reprocure the contract to secure continuity of care for 16,673 registered patients (October 2024 list) Queens Road Surgery: The commissioners are aiming to reprocure the contract to secure continuity of care for the 14,692 registered patients (October 2024 list) Outline The service will operate under a Primary Medical Services (PMS) contract and provide core General Medical Services (GMS) with an emphasis on Neighbourhood Integration and development to improve outcomes for patients registered with the practice and with the wider Primary Care Network. Aims and objectives The aims of the service are to: • Provide a Modern General Practice Model of Care. • Deliver all NHS GMS Primary Care Services to registered patients at Queens Road. • Work in an integrated way with other primary care services, community services and all acute care services working within Southwark. • Collaborate and engage with third sector organisations and other professional groups supporting residents, in order to increase uptake of health interventions to improve health outcomes for registered patients. This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt the provisions of the Public Contract Regulations 2015 does not apply to this award. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023.

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).

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