Talk to us 01204 238 046

Bid Writing for GP Services (APMS)

Written by Thornton & Lowe

|

Aug 15, 2024

GP Services Bid Writing Consultants & Their Role

GP services bid writing consultants can play a key role in helping healthcare providers secure contracts, tenders and frameworks within the NHS. Our expertise can significantly increase your chances of winning bids, saving you time and resources while also ensuring bid compliance. Whether you are new to the bidding process or looking to enhance your current strategy and performance, Thornton & Lowe can help.

Effective bid writing in the healthcare sector requires not only skill but also sector knowledge and experience. With a professional bid consultant who has won previous GP Services tenders, frameworks and APMS contracts you will be able to ensure you maximise your chances of success and clearly convey your offerings while adhering to bidding and procurement protocols.

GP Services Bid Writing Testimonials

We have been offered one of the GP Practices! Thank you to you and your team and we hope to work together again in the future. NHSolutions

We are extremely happy with the service and Thornton & Lowe’s support has allowed us to grow considerably over the last 4 years, with goals to double in size during the course of 2023/2024 through a number of important NHS tenders."

"I am delighted after all the hard work to achieve these results.... The scores we received for HMP XXX - for all 3 of the lots we won we achieved a score of 88.8 which is amazing. From me personally thank you so much to you and your team for your patience and support regarding these and I look forward to working with you in the future."

Need a bid writing quote?

Contact us

Understanding GP Services

General Practice (GP) services play a vital role in the UK's healthcare system. Understanding these services is essential for organisations involved in bidding for healthcare contracts.

General practices are typically the first contact point for patients seeking medical help. They offer a range of services, including consultations, check-ups, and preventative care. Most GP services operate as small to medium-sized businesses, providing care to local communities.

Each practice might focus on unique health needs based on the demographics of their area. Practices often include a team of healthcare professionals such as doctors, nurses, and administrative staff. This team works together to ensure patients receive comprehensive care and support.

Funding and Commissioning Landscape

The funding of GP services largely comes from NHS budgets, which are influenced by government policies and local health needs. Understanding how funding is allocated can help in tailoring your bids effectively.

Commissioning involves the process by which services are planned and bought. Clinical commissioning groups (CCGs) play a significant role in this process. They assess local health needs and allocate resources accordingly. Being aware of these dynamics is crucial when preparing bids, as aligning your proposals with funding priorities can improve success rates.

APMS Tenders & Contracts

An APMS (Alternative Provider Medical Services) contract is one of the types of contracts that NHS England uses to commission general practice services. It allows a wide range of providers, including commercial companies, to deliver primary medical services in a flexible way. APMS contracts are often used to address gaps in services, especially in areas with a shortage of GPs, by enabling non-traditional providers to step in. This creates an opportunity for commercially focused and entrepreneurial Trusts, GPs and businesses to compete and tender, win and delivery these regional healthcare services contracts.

We have experience of bidding for APMS contracts, Walk in Centres, Urgent Treatment Centres, Out of Hours and NHS 111. We have also worked in other areas such as integrated sexual health, mental health, pathology, and prison healthcare contracts.

What is bid planning

APMS & GP Services Bid Writing Support

Winning a bid for Alternative Provider Medical Services (APMS) or GP services is not easy. They are an excellent opportunity and therefore competitive. We can help you write a strong bid that stands out and gives you the best chance of success. We do this by:

Bid Planning & Strategy

Create a bidding plan that fits the NHS's goals. We research the local area and understand what the commissioners need and guide you step-by-step to meet all the tender requirements.

Writing & Managing Your Tender Submission

Our expert bid writers will work with you to craft a clear, compliant and high quality bid. We manage the bidding process ensuring the bid has been written, reviewed and completed ready for submission. We highlight your strengths and how you will solve key challenges, working to the procurement instructions and evaluation criteria.

Continuous Improvement, Research & Planning Future Growth

We help you collect useful feedback and use this for future bids. Using Tender Pipeline, and other tools for desktop research, including freedom of information requests, to create a plan, monitor your competition and improve your next bid. We work closely with you to understand your services and strengths. We use proven strategies to ensure your bid is compliant, practical, and stands out to NHS commissioners.

Why Us?

  • Proven Success: We’ve helped many organisations win NHS contracts, including APMS and GP services contracts.
  • NHS Knowledge: We understand NHS requirements and help you meet them.
  • Tailored Approach: We create bids that reflect your specific strengths, the needs of the specific Trust and that of the local area.

Contact Us

Let us help you win your next APMS or GP services tender. Get in touch today for a consultation. Hello@thorntonandlowe.com - 01204 238046

Bid Writing Process

Bid Writing Tips for GP Services Tenders (APMS)

  • Adherence to specification and quality standards is key! How can you concisely demonstrate and evidence your low risk solution. Are there clear examples of innovation and exceeding the requirements?
  • Showing the depth and expertise of your clinical governance procedures and team. A highly tailored APMS or GP services tender response, which meets the needs of the locality and its specific demographics.
  • A considered and specific commitment to Social Value.

GP Services Bid Writing Services: Key Takeaways

  • Bid writing consultants can significantly improve your chances of securing NHS contracts.
  • Professional bid management support can streamline the complex bidding process.
  • Crafting a strong bid which is based around exceeding the specification and drives innovation is key to standing out in a competitive market.

Importance of Effective Bidding

When bidding for GP contracts you need to get it right! A successful bid can secure funding and allow your practice to serve the community effectively.

You must demonstrate your capability to meet local health needs and deliver quality care. This involves highlighting experience, quality service offerings, previous successes and strong clinical governance focused on continuous improvement.

Prefer to speak with a Bid Expert?

Click here

GP Services and APMS Typical Tender Questions

When bidding for a GP Services and APMS tenders, you will be asked specific questions which will be evaluated.

What Does an Excellent GP Services Bid Demonstrate

Exceeds requirements in some major areas. It provides answers which are clear, relevant and detailed. The bid response that addresses all of the question and provides the evaluator with confidence that the service will be provided to an excellent standard. It demonstrates in detail how all of the relevant requirements of the service will be met with a high standard of evidence to support.

Tender Questions and Sections to Prepare for Your GP Services Bid Writing

  • Provide a proposal detailing how you will meet the service specification, including managing performance, continuous improvements & KPIs
  • Detail the quality standards that underpin your organisation, including evidence of regulatory inspections and compliance
  • Explain how you will engage with XXX, partners across the local health system, and other stakeholders. Neighbourhood and partnership working
  • Detail how you will provide Clinical Governance from a medical and ACP (Advanced Clinical Practitioners) / ANP (Advanced Nurse Practitioner) perspective
  • Describe your organisation's ethos and social value approach that makes you the right provider to deliver this service
  • Mobilisation and Implementation of the service and associated governance arrangements
  • Clinical Governance policies and procedures
  • CQC Compliance
  • Capability & capacity. Org structure including recruitment and retention, workforce supervision and training
  • Equity of service and equality 
  • Patient experience, patient involvement and engagement, including accessibility.
  • Health promotion and disease prevention 
  • Medicines optimisation
  • Referrals 
  • Business continuity.
Side view smiley nurse with stethoscope 1

The Role of Bid Writing Consultants

Beyond bid writing services, managing GP services, APMS and wider health and social care tenders, how can bid management consultancies help?

Bid Writing Courses, Training and Capacity Building

Apart from crafting bids, consultants play a key role in training your team in how to bid. They can provide workshops on best practices in bid writing, ensuring your staff develop the skills needed for future framework and tender submissions.

By developing your in-house capabilities, bid consultants help build a culture of successful tendering and bid management. Your team becomes better equipped to produce high-quality bids independently. This investment in training can yield long-term benefits, making your organisation more self-sufficient in securing contracts.

Engaging professionals like those from Thornton & Lowe can help you tap into this wealth of knowledge, ultimately leading to greater success in healthcare tenders.

Competitor Analysis and Market Research

Thornton & Lowe provide comprehensive Competitor Analysis and Market Research to help businesses stay ahead. We identify key competitors, analyse their strengths, weaknesses, and strategies, and highlight what differentiates you. Our insights give you a clear understanding of the GP services market landscape and who is winning tenders, allowing you to refine your approach, improve offerings, find partners and make informed decisions that boost your competitive edge.

We also share best practice from working across other healthcare sectors, such as dental tenders.

Roles Skills of a Bid Writer Image

Writing a Winning GP Services Tender Submission

Creating a successful bid requires attention to detail and understanding the specific requirements of the project. Focusing on the brief and providing clear, evidence-backed propositions enhances your chances of success.

Analysing the Brief

Start by thoroughly analysing the tender brief. This means identifying the specific requirements and understanding what the organisation seeks. Break down the brief into manageable parts, noting key phrases, goals, and evaluation criteria.

Create a checklist of the essential elements mentioned in the brief. This helps ensure that you address all requirements. Pay attention to deadlines and submission guidelines, as failing to follow these can disqualify your bid.

Additionally, consider the context around the tender. Research the organisation, their previous contracts, and any current challenges they face. This information will help tailor your bid to align with their needs.

Developing a Clear Value Proposition

Your value proposition should clearly outline why your services are the best choice. Focus on what sets you apart from competitors. Highlight your unique skills, experience, and any specialised knowledge that relates to the project.

Use specific examples to illustrate your past successes. This could include metrics such as improved patient outcomes or cost efficiencies. Presenting data-backed results strengthens your case.

Keep your language simple and direct. Avoid jargon that may confuse the reader. Clearly express how your services will meet the needs of the organisation while providing added benefits.

Risk Management and Mitigation

Address potential risks in your bid. Identify challenges that may arise during the project and how you plan to manage them. Being proactive about risk management shows your capability and foresight.

Create a risk register that includes:

  • Type of Risk: Describe the potential issue.
  • Impact: Explain the possible effects on the project.
  • Mitigation Strategies: Outline how you intend to handle each risk.

This structured approach demonstrates that you are prepared for the unexpected. It instills confidence in your ability to deliver despite challenges.

Evidence-Based Outcomes

Support your claims with evidence-based outcomes. This could include statistics, case studies, or testimonials from previous clients. Use this data to paint a clear picture of your success.

Incorporate charts or tables to present your results visually. This enhances understanding and showcases your achievements effectively.

Make sure your evidence relates directly to the bid. If applicable, include outcomes from similar projects or services. This relevance adds weight to your submission and illustrates your capacity to deliver the desired results.

Find Live GP Services & APMS Tenders Today

I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
Provision of Alternative Primary Medical Services (APMS) at The Windmill Practice, Sneinton, Nottingham
UK Nottingham NHS Nottingham and Nottinghamshire Integrated Care Board

The Windmill Practice is a member of the Nottingham City East Primary Care Network. The practice has approximately 10,832 (raw list size) registered patients as of October 2023. The list size has slightly grown over a period of 18 months. The immediate areas of the practice boundary have high index of multiple deprivation and tend to experience the most health inequalities.

Value: 17881935
Published: 2024-02-27
Deadline: 2024-03-26
17881935 2024-02-27 2024-03-26
Provision of Alternative Primary Medical Services (APMS) at Essington Medical Practice, Wolverhampton (Lot 1) and Meir Park and Weston Coyney Medical Practice, Stoke on Trent (Lot 2)
UK Stafford NHS Staffordshire and Stoke-on-Trent Integrated Care Board

Essington Medical Practice has an actual patient list size of 2833 (weighted 2891) as of January 2024 and is located at Hobnock Road, Essington, Wolverhampton, WV11 2RF.<br/><br/>The Essington Medical Centre site is owned by the Essington Parish Council.<br/><br/>The service is open from 8am to 6.30pm, five days a week apart excluding Bank Holidays and is operated on an appointment basis.<br/><br/>The contract will be an Alternative Primary Medical Services (APMS) Contract paid at equivalent GMS rates for a duration of 5 years with the option to extend for up to a further 4 years with an estimated contract value (including the 4-year extension) of £2, 595, 924.29 at the discretion of the commissioner.

Value:
Published: 2024-02-15
Deadline: 2024-03-13
2024-02-15 2024-03-13
Provision of Primary Care Alternative Provider Medical Services (APMS) for Forest Surgery
UK Colchester NHS Suffolk and North East Essex Integrated Care Board

The current Alternative Provider Medical Services (APMS) Contract to provide the services to patients at Forest Surgery will expire on 30th September 2024. The intended outcome of this project is to ensure that there is continued provision of Primary Medical Services to the registered population of Forest Surgery in Brandon.The Authority is seeking bids from suitably qualified providers of Primary Care Services to take on the services at Forest Surgery under an APMS contract with the current patient list from 1st October 2024.The APMS can be used to provide:• Essential services • All additional services where GMS/PMS practices opt-out• All Enhanced Services commissioned by NHS England• Opening hours and service delivery from 0800-1830, Monday to Friday (except statutory bank and public holidays)• Participation in the Primary Care Network (PCN) Enhanced Service• Extended opening hours in line with requirements of the PCN.The full scope of services can be found within the APMS specification contained in the Invitation to Tender pack within the eTendering Portal at: https://attain.bravosolution.co.uk/web/login.htmlThe value contained within this Notice is the aggregate value which is inclusive of all potential options and extensions.The value of the contract being offered for the scope of services identified within the initial tender for the 7-year contract period is £7,584,505.88. This is the value by which the price evaluation will be undertaken. The aggregate value of the contract (including extension provision of 3 years) is £10,835,008.40Further information is also provided in section VI.3.To express an interest in tendering for this service and access the Invitation to Tender (ITT) documents and all other information concerning the procurement, please go to: https://attain.bravosolution.co.uk/web/login.htmlClick on 'Register' and follow the on screen instructions.Responses must be fully completed and submitted exclusively via the Jaggaer e-Procurement PortalThe submission deadline is 12:00 (noon) on 15th March 2024.

Value: 10835008
Published: 2024-02-13
Deadline: 2024-03-15
10835008 2024-02-13 2024-03-15
Cheshire West APMS, Homeless and SAS ITT
E-mail: necsu.neprocurement@nhs.net UK NHS Cheshire and Merseyside Integrated Care Board

Please see main description.

Value:
Published: 2024-02-03
Deadline: 2024-03-04
2024-02-03 2024-03-04
APMS Nursing Home Services Lambeth
UK London NHS South East London Integrated Care Board

NHS South East London (SEL) Integrated Care Board (ICB) (hereafter referred to as “the Authority”) invites Healthcare providers to submit Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Nursing Homes Services under Alternative Provider Medical Services (APMS) Contracts delivered directly to nursing home residents, residential care home residents across the Lambeth Borough.<br/><br/>The contract will have an initial term of 5 years, followed by an optional extension of 5 years, at the discretion of the commissioner. If all available extension is taken up in full the contract will have a maximum duration of 10 years.<br/>The indicative annual contract value for this service is £649,999 per annum.<br/>Over the 10 years, if contract is extended to its full duration, the total indicative maximum contract value will be £6,499,990.<br/>The indicated contract value shown is dependent on a block arrangement of £352,740 and a variable element based on the most recent patient list size £297,259. <br/><br/>The Procurement process will be facilitated entirely online via Atamis, Health Family Supplier Portal. Interested Applicants wishing to participate in the procurement must register, express an interest and complete the online questionnaires hosted on the portal prior to the deadline for submission. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal. A timetable for the procurement, guidance regarding the process is also available from the portal.<br/><br/>This Tender process is being managed by NHS London Commercial Hub (hosted by NHS North East London) on behalf of The Authority in connection with a competitive procurement exercise that is being conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). <br/><br/>The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing the procurement of Health, Social, Education and Other service contracts. Neither the reference to "Open Procedure", "ITT", "SQ", the use of the term "Tender process", nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.<br/><br/>Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.

Value: 6499990
Published: 2024-02-01
Deadline: 2024-03-08
6499990 2024-02-01 2024-03-08
Provision of General Medical Services (GMS) or Alternative Provider Medical Services (APMS) Contract at Cross Hands & Tumble Surgery
UK Jobswell Road NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

HDUHB is seeking bids from forward thinking and innovative partnerships wishing to provide general medical services in both Cross Hands and Tumble (in line with the current service provision) either under the auspices of a General Medical Services (GMS) or Alternative Provider of Medical Services (APMS) contract.

Value:
Published: 2023-12-20
Deadline: 2024-01-22
2023-12-20 2024-01-22
Invitation to tender for the provision of GP services for Community Hospitals
UK Shrewsbury Shropshire Healthcare Procurement Service

GP Services for Whitchurch Community Hospital

Value:
Published: 2023-12-08
Deadline: 2024-01-17
2023-12-08 2024-01-17
Provision of GP services for Sub-Acute Wards
UK Shrewsbury Shropshire Healthcare Procurement Service

Provision of GP service for Sub Acute Ward at Princess Royal Hospital Telford

Value:
Published: 2023-12-08
Deadline: 2024-01-17
2023-12-08 2024-01-17
HESA Medical Centre (Hillingdon) Procurement
UK London NHS North West London Integrated Care Board

North West London Integrated Care Board (NWL ICB) are seeking to procure an Provision of Primary Medical Services (General Practice) Under APMS Contract Arrangements for Hillingdon. the HESA Medical Centre Y00352 is an Alternative Provider Medical Services (APMS) practice with a registered raw list size of 20,728 as of 1 April 2023. The APMS framework allows contracts with organisations (such as private companies or third sector providers) other than general practitioners / partnerships of GPs to provide primary care services. The practice was inspected by the Care Quality Commission on 23 September 2021 and rated Good overall. The practice has an open list.<br/><br/>To express interest and access all of the tender documents and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.<br/>Please note the contract value covers the maximum total contract duration including all optional extension periods. <br/>The deadline for responding and completing the tender response documentation is 12 noon on the 12th January 2024.

Value: 45387000
Published: 2023-11-25
Deadline: 2024-01-12
45387000 2023-11-25 2024-01-12
FIF015-23 GP Services for NHS Fife (Park Road Medical Practice)
UK Kirkcaldy NHS Fife

Fife Health Board (more commonly known as NHS Fife) (“NHS Fife”) placed an advertisement in the Public Contracts Scotland Portal on the 20 November 2023 seeking expressions of interest from any parties interested in providing primary medical services to patients at Park Road Medical Practice.

Value:
Published: 2023-11-22
Deadline: 2023-12-22
2023-11-22 2023-12-22
FIF015-23 GP Services for NHS Fife (Park Road Medical Practice)
UK Kirkcaldy NHS Fife

Fife Health Board (more commonly known as NHS Fife) (“NHS Fife”) placed an advertisement in the Public Contracts Scotland Portal on the 20 November 2023 seeking expressions of interest from any parties interested in providing primary medical services to patients at Park Road Medical Practice.

Value:
Published: 2023-11-20
Deadline: 2023-12-22
2023-11-20 2023-12-22
Provision of GMS or APMS Contract at Neyland & Johnston Surgery (Pembrokeshire
UK Jobswell Road NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

HDUHB is seeking bids from forward thinking and innovative partnerships wishing to provide general medical services in the Neyland & Johnstown area for the General Medical Services (GMS) or Alternative Provider of Medical Services (APMS) contract of Neyland and Johnston Surgery

Value: 7707820
Published: 2023-11-17
Deadline: 2023-12-21
7707820 2023-11-17 2023-12-21
Provision of Primary Medical Services at Kingfisher Surgery, Newport Pagnell, Milton Keynes
UK Luton NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

The commissioner has made a strategic decision not to re-procure practices with a weighted list size below approximately 10,000 patients as stand-alone APMS contracts, and to look at alternative contracting models. This is intended to ensure robust, resilient, and high-quality services for the population in the longer term, as we have found that smaller practices operated under APMS contracts in this area have frequently struggled with resilience and recruitment issues.<br/><br/>Kingfisher Surgery has an actual patient list size of 6798 and weighted 6425.44 as of September 2023. The ICB has a strong desire that the current premises located at Elthorne Way, Newport Pagnell MK16 0JR are maintained within primary care ensuring adequate access, capacity, and resilience for general practice services. The ICB has therefore decided the most appropriate way to achieve this aim is to offer this practice as a branch surgery with patient list to GMS providers, thus retaining the current premises with managed list dispersal to the successful bidder. Practices outside the Bedfordshire, Luton and Milton Keynes area will need to ensure they have their home ICB’s support for this opportunity.<br/><br/>As a branch of the successful bidder’s existing GMS contract, the annual contract value represented by the branch surgery will reflect global sum rates.<br/><br/>Please note in terms of the advertised contract length, this is a GMS contract, meaning it will be held in perpetuity despite what the contract end date may say in the notice due to system limitations.

Value:
Published: 2023-11-17
Deadline: 2023-12-13
2023-11-17 2023-12-13
Coroner's Removal Service
UK Rochdale Rochdale Metropolitan Borough Council

To secure the services of a suitably qualified and professional service to transport the deceased and/or medical notes from within the jurisdiction areas of Manchester (North) and Manchester (West) to a nominated mortuary.In doing so, the service provider must• Show reverence to the family and friends of the deceased, by adopting a sympathetic approach, and respect for the deceased in handling and removal.• Dignity and respect of deceased- Providers are expected to maintain a caring and sensitive attitude to relatives and carers of the deceased. It is vital that a culture of compassion, sympathy and dignity are preserved at all times. The provider should be aware of the impact on differing religions and cultures upon removals and ensure this has been considered and addressed.• Discharge all duties in a professional manner as not to identify their company name or brand either verbally or non-verbally• Work within a time frame set by the service level agreement in respect of arrival and transfer times.• Where the timeframe cannot be met, a phone call should be made to the relative or person present at the collection location to inform them of estimated time of arrival.• Represent the Coroner’s Service in a positive manner.Currently, all Coroners within the Greater Manchester Area operate under one agreed protocol with regard to out of hour’s deaths and the release of the body to the family or undertaker.However, unless the G.P. is able to issue a Medical Certificate as to Cause of Death (MCCD) it must be treated as a sudden death and police will attend.The provision of out of hours GP services, together with initiatives such as the Care of the Dying pathway (enabling terminally ill patients to die at home) has resulted in a significant increase in the number of community deaths being reported to the Coroner.Any delays inevitably cause distress to the relatives of the bereaved who have the right to expect a prompt and dignified service.The purpose of this contract is to put in place a formal contractual arrangement with specified standards in order to achieve a consistently high standard of service whilst meeting the Coroner’s requirements in a manner, which is sensitive to the needs of bereaved relatives.This tender is to be split into 2 Lots;LOT 1 GREATER MANCHESTER NORTH (covering Rochdale, Bury and Oldham)LOT 2 GREATER MANCHESTER WEST (covering Bolton, Salford, Wigan and Leigh)The estimated spend highlighted below reflects total spend for both Lots.Rochdale are the lead authority for Lot 1 and will be the named authority on the agreed contract.Bolton are the lead authority for Lot 2 and will be the named authority on the agreed contract.

Value:
Published: 2023-10-06
Deadline: 2023-11-06
2023-10-06 2023-11-06
APMS Services for Summerfield Group Practice - Winson Green, Birmingham
UK Birmingham NHS Birmingham and Solihull Integrated Care Board

NHS Arden GEM CSU on behalf of NHS Birmingham and Solihull Integrated Care Board (the Contracting Authority) is<br/>inviting suitable organisations to tender for the provision of APMS Services at Summerfield Group Practice, Winson Green, Birmingham.<br/><br/>The practice is located in Summerfield Primary Care Centre, 134 Heath Street, Winson Green, Birmingham B18 7AL.<br/><br/>The premises are currently managed by Community Health Partnerships (LIFT building).<br/><br/>The practice is a member of the i3 Primary Care Network.<br/><br/>Core hours are Monday to Friday from 8.00am to 6.30pm.<br/><br/>Extended access is provided across all the practices within the i3 Ladywood Primary Care Network.<br/>Current List Sizes are: <br/>Raw List Size 8694 (01.04.23)<br/>Weighted List Size 8212 (01.04.23)<br/><br/>The Contract Start Date is 1 April 2024 and will be for a period of 9 years (7 years with an option to extend for a maximum of 2 years).<br/><br/>Organisations wishing to submit a bid will need to register on the Arden GEM Procurement<br/>Portal (Atamis) website and complete the ITT documentation at the following location:<br/>https://health-family.force.com/s/Welcome<br/>The ITT documentation should be completed by the closing date of 3 p.m. on 27 October <br/>2023. The ITT reference is C195236.

Value: 7560000
Published: 2023-10-05
Deadline: 2023-10-27
7560000 2023-10-05 2023-10-27
Provision of Primary Medical Services for Hodge Hill Family Practice On behalf of NHS Birmingham & Solihull ICB
UK Birmingham NHS Birmingham and Solihull Integrated Care Board

NHS Arden and Greater East Midlands Commissioning Support Unit on behalf of NHS Birmingham & Solihull Integrated Care Board (ICB) (“the Commissioner”) would like to notify the market of an opportunity to provide primary medical services (APMS) at Hodge Hill Family Practice. <br/><br/>The service commencement date is 01st April 2024. The contract is for a period of 7 years with an option to extend for a further 2 years. Based on the current contract it is anticipated that the service provision resultant of this procurement will have an annual agreement value of circa £663,037 per annum (excluding VAT) this is based on global sum of £118.76 (GMS+15%) x 5,583 (6,179 raw list size) weighted list as of 01st September 2023. Please note this figure is excluding Out of Hours (OOH) deduction at 4.75% and payments for Enhanced Services, PCN Engagement and QOF. Future years will reflect any nationally agreed uplifts, updated patient list sizes etc. Full details of the service requirements and procurement process can be found by following the access details below. Please note the deadline for ITT submissions is 17:00PM on 02nd November 2023. <br/><br/>This procurement has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are therefore, bound only by those parts of the Regulations applying to Schedule 3 services. The Contracting Authority will be using an eTendering system for this procurement exercise. <br/><br/>Further information and the ITT documentation can be found via the ‘Live Opportunities’ list on the e-tendering system at the following link:https://health-family-contract-search.secure.force.com/?searchtype=Projects. You can also register your interest via this page. You can search for the opportunity by entering the following contract reference: C212572 (Provision of Primary Medical Services (APMS) Hodge Hill Family Practice). Neither the publication of this notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by any of the Regulations.

Value: 5967333
Published: 2023-10-05
Deadline: 2023-11-02
5967333 2023-10-05 2023-11-02
Provision of Out of Hours GP Services on Behalf of NHS North West London
UK London NHS North West London Integrated Care Board

North West London Integrated Care Board (NWL ICB) are seeking to procure an out-of-hours (OOH) service for use by all “opted out” GP Practices across the 8 boroughs of NWL (Brent, Ealing, Harrow, Hammersmith & Fullham, Hillingdon, Hounslow, Kensington & Chelsea, Westminster). The service should include provision for telephone/video consultation, home visits and face to face consultation at up to 6 Primary Care Centres across NWL.

Value: 39544611
Published: 2023-08-24
Deadline: 2023-09-22
39544611 2023-08-24 2023-09-22
PRJ-1289-NHSE-New Mill St Practice APMS SEL ICB Southwark ITT
UK London NHS London Commercial Hub on behalf of NHSE and SEL ICB Southwark

NHS South East London Integrated Care Board (NHS SEL ICB) (hereafter referred to as the “The ICB”) under delegated commissioning on behalf of NHS England (hereafter referred to as “the Authority”) invites Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of GP Primary Medical Services and specified local Premium services under Alternative Provider Medical Services (APMS) Contract to patients of the New Mill Street Practice within the borough of Southwark (“the Procurement”).Background of the Service:This service is an established Southwark practice which works closely with practices within Bermondsey Neighbourhood Team and North Southwark Primary Care Network.New Mill Street General Practice currently provides GP services to 5936 People residing in the borough of Southwark.Contract Length and Value:The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) plus 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 15 years (180 months).The indicative contract value for this service for 2024/25 is £629,441 and over the five years the indicative contract value will be £3,147,205.Over the 15 years, if contract is extended to its full duration, the total indicative maximum contract value will be £9,441,615.The indicated contract value shown is dependent on the practice list size. It is expected that there will be some list size growth in line with local and national expected population increase.Aims of the Service;The aims of the service are to:• deliver general medical services to the registered population.• To have a proactive patient centred model of care adopting a multidisciplinary approach to case management.• provide a responsive service which adapts over time to patient feedback and to changes in evidence• develop effective working relationships across the wider system, such as but not exclusively, nursing homes, acute hospitals, community nursing, voluntary sector organisations.• To work closely within their Integrated Neighbourhood Team and with the PCN, to support delivery of the GMS contract to the local population.• To help improve consistency and remove variation across the borough in quality of care.• To consistently provide high quality care to the patients• improve patient satisfaction and outcomes• improve management of long-term conditions within the practice cohortThe 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 process, based in part on the open procedure under the Public Contract Regulations 2015 (“the Regulations” (as amended)).The Service falls within the scope of the Light Touch Regime (LTR) – Section 7 (Reg 74-76) of the Regulations governing procurement of Health, Social and related services listed under Schedule 3 of the Regulations. None of the references to “Open procedure”, “ITT”, the use of the term “tender process”, or any other indication shall be taken to mean that the Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.

Value:
Published: 2023-08-17
Deadline:
2023-08-17
PRJ-1278-NHSE-Care Homes GP APMS SEL ICB Southwark ITT
UK London NHS London Commercial Hub on behalf of NHSE and SEL ICB

NHS South East London Integrated Care Board (NHS SEL ICB) (hereafter referred to as the “The ICB”) under delegated commissioning on behalf of NHS England (hereafter referred to as “the Authority”) invites Expressions of Interest (EOI) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of Care Home GP Services and specified enhanced services under Alternative Provider Medical Services (APMS) Contracts delivered directly to nursing and residential home residents within the borough of Southwark.Background of the Service:This service covers South East London and is a dedicated primary care service for older adult residents living in residential and nursing care homes in Southwark.The service will operate under an APMS primary care contract and provide core General Medical Services together with an enhanced service specification for medical support for nursing and residential home residents in an agreed list of Care Homes in Southwark.The service will provide GP services to a cohort of 393 Older People residing in an agreed list Nursing and Care Homes.Contract Length and Value:The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) plus 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 15 years (180 months).The indicative contract value for this service for 2024/25 is £569,000 and over the five years the indicative contract value will be £2,541,629Over the 15 years, if contract is extended to its full duration, the total indicative maximum contract value will be £6,822,000The indicated contract value shown is dependent on the number of patient registrations and the maximum bed capacity/occupancy.Desired Service;This service aims to address the specific extended primary healthcare needs of Residents in Nursing and Residential care homes within the borough of Southwark. Southwark Integrated Care Board (ICB) recognise the benefits of working in partnership with the homes as part of a wider multi-disciplinary team (MDT) and wish to ensure the highest quality of care for patients within the Homes and to avoid unnecessary hospital admissions.There are four main elements to the service:i. Multi-disciplinary Team (MDT)ii. General Practice servicesiii. Scheduled visits by provideriv. Medication ReviewsThe overall aim of the Extended Primary Care Service to Nursing and Residential Care homes is the provision of quality care for Residents of the Home through high standards of primary care services supported by an MDT approach including:• Providing a proactive, preventative, and coordinated service• Improve the quality of care to people in Nursing and Residential Care Homes, ensuring that all residents receive a dedicated medical service.• Minimise the risk and complications within this vulnerable group, which includes residents with highly complex needs by providing and monitoring a comprehensive programme of care.• To provide proactive and coordinated care in managing chronic disease and medicines including care planning especially around discharge and end of life care.• To reduce reliance on Out of Hours for crisis management as well as reduction in inappropriate unplanned admissions and A&E attendances• To reduce inappropriate prescribing and wastage of medicationThe 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 process, based in part on the open procedure under the Public Contract Regulations 2015 (“the Regulations” (as amended)).The Service falls within the scope of the Light Tou

Value:
Published: 2023-08-10
Deadline:
2023-08-10
Clydesdale GP Services Refurbishment Works – Lot 1 Rigside / Lot 2 Coalburn
UK Bothwell NHS Lanarkshire

The Works comprise alterations and refurbishment of two (2) Clydesdale GP Services. Douglasdale Medical Practice, Rigside and Douglasdale Medical Practice, Coalburn.The Works involve downtakings, builder etc. works, roofing works, partitioning, windows, rooflights, flooring and ceiling finishes, mechanical and electrical services installations, decoration, fitments, external and internal doors and the like.The existing buildings and adjacent existing buildings will be occupied and/or used during the Contract there the Works must be carried out without undue inconvenience and nuisance and without danger to occupants and users.

Value: 580000
Published: 2023-06-13
Deadline: 2023-07-12
580000 2023-06-13 2023-07-12
Primary Care Medical Services for Hertfordshire and West Essex Integrated Care Board (HWE ICB)
UK Welwyn Garden City Hertfordshire and West Essex Integrated Care Board

This purpose of this notice is to invite suitably qualified providers to submit offers to deliver Primary Care Medical Services (APMS) from Springs House Medical Centre within the town of Welwyn Garden City.The Hertfordshire and West Essex Integrated Care Board (HWE ICB) was established on 1st July 2022 and serves a population of approximately 1.6m. The Authority works closely with its system partners to improve the health and wellbeing of our local communities. Services can be commissioned at 'place' level or across the wider ICB. The service will be commissioned across South and West Hertfordshire place (previously the area covered by Herts Valleys Clinical Commissioning Group).The contract approach is Standard Alternative Provider Medial Services (APMS) with the aim to continue provision of medical services from the current premises.The current APMS Contract to provide the services to patients at Spring House Medical Centre will expire on 30th September 2023. The intended outcome of this project is to ensure that there is continued provision Primary Medical Services to the registered population of Spring House Medical Centre, in East and North Hertfordshire geographical footprint. HWE ICB is seeking bids from existing providers of Primary Care Services to take on the services at Spring House Medical Centre under an APMS contract with the current patient list from 1st October 2023. The key objectives of the service are:• A GP-led service that is safe, clinically effective and provides positive patient experience• A service that drives quality through strong clinical leadership and innovation• A culture of shared values and commitment to respond to the challenges facing general practice• A service that focusses on better clinical outcomes and increasing patient confidence• A service that provides clear and seamless navigation to other members of a multi-disciplinary team• A service that is joined up and delivers the right care, at the right time, in the right place • An environment where the practice plays a stronger and more integrated roleThe full scope of services can be found within the APMS specification contained within the Invitation to Tender pack within the named eTendering Portal at https://attain.bravosolution.co.uk The value contained within this Notice is the aggregate value which is inclusive of all potential options and extensions.The value of the contract being offered for the scope of services identified within the initial tender for the 5.5-year contract period is £5,022,105. This is the value by which the price evaluation will be undertaken. (The aggregate value of the contract (including extension provision of 4 years) is £8,674,545Submission deadline is 12 Noon 9th June 2023

Value: 8674545
Published: 2023-05-13
Deadline: 2023-06-09
8674545 2023-05-13 2023-06-09
Provision of Out of Hours GP Services on Behalf of NHS North West London
UK London NHS North West London Integrated Care Board

North West London Integrated Care Board (NWL ICB) are seeking to procure an out-of-hours (OOH) service for use by all “opted out” GP Practices across the 8 boroughs of NWL (Brent, Ealing, Harrow, Hammersmith & Fullham, Hillingdon, Hounslow, Kensington & Chelsea, Westminster).

Value:
Published: 2023-05-05
Deadline: 2023-06-05
2023-05-05 2023-06-05
APMS Caretaking Services for Ivel Medical Centre, Biggleswade
UK Luton NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board (BLMK ICB) (referred to<br/>as the Commissioner) is inviting suitably qualified and experienced providers who currently<br/>hold either a GMS or an APMS contract/s to deliver GP services in the BLMK area, to express<br/>an interest in delivering caretaking services for Ivel Medical Centre in Biggleswade, Central<br/>Bedfordshire, by responding to this opportunity as required and described in this document,<br/>and within the published tender.<br/><br/>Ivel Medical Centre is situated in the pleasant market town of Biggleswade in Central<br/>Bedfordshire. Following the Covid pandemic, the practice has experienced challenges<br/>relating to access, patient demand and expectation which has led to some negative publicity<br/>in the local area about the practice and in part has impacted on recruitment and retention,<br/>particularly of GPs. The main issues have related to concerns about access, patients not<br/>being able to book appointments in person at the practice, the telephone system, and staff<br/>turnover. No concerns have been raised about the quality of patient clinical care.<br/><br/>The caretaker provider will need to demonstrate how they will ensure adequate clinical<br/>staffing is in place to meet the needs of the practice population and have a clear plan for how<br/>they will address the individual operational concerns, listed above, as well as positively<br/>promote the practice in the local area. Bidders will be required to demonstrate how they will<br/>deal with and overcome the issues in their responses to the technical questions published<br/>with this tender pack.<br/><br/>Given the issues listed above and the urgent need to stabilise the services provided at Ivel<br/>Medical Centre, the ICB has decided the most appropriate way to achieve this aim is to offer<br/>the caretaking services only to current GMS or APMS providers who are already delivering<br/>primary medical care services in the BLMK area as they will already be familiar with the local<br/>systems, pathways, processes, and have established links with local system stakeholders.<br/><br/>The caretaker provider will need to use their knowledge of delivery of primary care medical<br/>services within BLMK to mobilise quickly and bring stability to the practice’s staff and patients<br/>while building resilience and providing reassurance to the local community. This will enable<br/>the ICB to ensure a safe and sustainable GP service is delivered while they work with local<br/>system partners to develop, consider and implement longer term plans for meeting the<br/>ongoing general practice needs of patients.

Value:
Published: 2023-02-22
Deadline: 2023-03-10
2023-02-22 2023-03-10
Provision of APMS contract at Cossington Park Surgery Medical Practice for NHS Leicester, Leicestershire and Rutland Integrated Care Board
UK Leicestershire NHS Leicester Leicestershire and Rutland Integrated Care Board

NHS Leicester, Leicestershire and Rutland Integrated Care Board (NHS LLR ICB) is seeking to commission a provider to deliver primary medical services at Cossington Park Surgery (Belgrave Health Centre, 52 Brandon Street Leicester LE4 6AW) The Contract will be an Alternative Provider of Medical Services (APMS) contract commencing 1st July 2023 for a population of 8110 patients. The current contract is due to expire on the 30th of June 2023. TUPE does not apply as the incumbent provider have advised they will be retaining all members of staff. It is expected the recommended provider to fully recruit as required by their proposed staffing model during the short mobilisation period of approximately 10 weeks. The ICB 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 the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice. The ICB is seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans, 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 Primary Care Networks;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, tackling health inequalities:o promote physical and psychological well-being and self- care;o addressing health inequalities to improve patient outcomes.c) ‘Provide world class care for major health problems’ through: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 supporting the ‘digital first’ approach with clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes. e) Backing the workforce:o providing a GP-led service with appropriate clinical oversight to support the multi- disciplinary practice team;o providing and supporting all staff holistically, ensuring personal development, promoting confidence and greater staff satisfaction.The contract shall be for a term of ten (10) years from the Service start date with the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner’s discretion. The contract start date is 1st of July 2023. The contract value for this service is estimated to be £992,466 per annum at 2022/23 prices (excluding pass-through costs, as defined in 4.5 Annex 04 (FMT Handbook) and general assumptions tab under premises costs of the tender documentation), and up to a total £14.9m million over the potential 15 years term of the contract (including extensions). These contract values are subject to change as the practice population changes and in line with other variable payments. Please note that the ICB will reject bids that do not meet the sustainability test (as defined in the ITT documents which are downloadable via the Bravo e-procurement portal. Details of how to register to access this information is contained below. 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 (IT

Value: 14900000
Published: 2023-02-09
Deadline: 2023-03-08
14900000 2023-02-09 2023-03-08
Provision of primary medical services at Neath Hill Health Centre, Milton Keynes
UK Luton NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

The Commissioner has made a strategic decision not to reprocure practices with a weighted list size below approximately 10,000 patients as stand-alone APMS contracts, and to look at alternative contracting models. This is intended to ensure robust, resilient, and high-quality services for the population in the longer term, as the Commissioner has found that smaller practices operated under APMS contracts in this area have frequently struggled with resilience and recruitment issues.<br/><br/>Neath Hill Health Centre has an actual patient list size of 4,008 (weighted 3608.07) as of January 2023. The ICB has a strong desire that the current premises located at 1 Tower Crescent, Neath Hill, Milton Keynes, MK14 6JY, are maintained within primary care ensuring adequate access, capacity, and resilience for general practice services.<br/><br/>As a branch of the successful bidder’s existing GMS contract, the annual contract value represented by the branch surgery will reflect global sum rates. Further information can be found within the procurement document (Document 1 section 1.4). It is anticipated that the service provision resultant of this procurement will have the following estimated baseline contract values (excluding directed enhanced services, QoF, PCN and other income streams) at 2022-23 prices of between £340,000 and £360,000 per annum. Future years will reflect any nationally agreed uplifts, updated patient list sizes etc. Please also note in terms of contract length, this is a GMS, meaning it will be held in perpetuity despite what the contract end date may say in the notice due to system limitations.<br/><br/>The service commencement date is 1 July 2023.<br/><br/>Please note the deadline for ITT submissions is 10:00am on 27th February 2023.<br/><br/>This procurement has been advertised in accordance with the requirements of the Public Contracts Regulations 2015 (as amended) (the “Regulations”) to the extent that the Regulations relate to services within the scope of Schedule 3 thereto (Social and Other Specific Services). The Commissioner and AGCSU are, therefore, bound only by those parts of the Regulations applying to Schedule 3 services.<br/><br/>The Contracting Authority will be using an eTendering system for this procurement exercise. Further information and the ITT documentation can be found via the ‘Live Opportunities’ list on the etendering system at the following link: https://health-family-contract.search.secure.force.com/?searchtype=Projects

Value:
Published: 2023-01-26
Deadline: 2023-02-16
2023-01-26 2023-02-16
FIF21123C GP Services for NHS Fife (Three Medical Practices)
UK Kirkcaldy NHS Fife

Fife Health Board (more commonly known as NHS Fife) (“NHS Fife”) placed an advertisement in the Public Contracts Scotland Portal on the 20th January 2023 seeking expressions of interest from any parties interested in providing primary medical services to patients in the Kinghorn, Burntisland and High Valleyfield areas of Fife as an individual, combined or collective expression of interest.These requirements have arisen due to the departure of general practitioner partners providing primary medical services located in the three above named practices to a list of 9,428 patients in total – Kinghorn Medical Practice with 3,368 patients, The Links Medical Practice with 1,930 patients and Valleyfield Medical Practice with 4,126 patients.NHS Fife wishes to select a new service provider(s) with the capacity and capability to meet the needs of these patients by delivering high quality, patient-centred clinical services in a primary care setting, all in accordance with NHS Fife’s requirements set out in Section 8 (“Requirement”).

Value:
Published: 2023-01-24
Deadline: 2023-02-24
2023-01-24 2023-02-24
FIF21123C GP Services for NHS Fife (Three Medical Practices)
UK Kirkcaldy NHS Fife

Fife Health Board (more commonly known as NHS Fife) (“NHS Fife”) placed an advertisement in the Public Contracts Scotland Portal on the 20th January 2023 seeking expressions of interest from any parties interested in providing primary medical services to patients in the Kinghorn, Burntisland and High Valleyfield areas of Fife as an individual, combined or collective expression of interest.

Value:
Published: 2023-01-23
Deadline: 2023-02-24
2023-01-23 2023-02-24
Provision of Primary Medical Services (APMS) at Kingsway Health Centre and Bramingham Park Medical Centre, Luton and Brooklands Health Centre, Milton Keynes
UK Luton NHS Bedfordshire, Luton and Milton Keynes Integrated Care Board

Kingsway Health Centre has an actual patient list size of 11,027 (weighted 9802.53) as of September 2022 and Bramingham Park Medical Centre has an actual patient list size of 6,719 (weighted 5,941) as of September 2022.<br/><br/>The Commissioner has made a strategic decision not to reprocure practices with a weighted list size below approximately 10,000 patients as stand-alone APMS contracts and to look at alternative contracting models. This is intended to ensure robust, resilient and high-quality services for our population in the longer term.<br/><br/>These two practices are currently provided under two separate APMS contracts but share some back-room functions and staff. The Commissioner therefore believes that a single practice with a weighted list size of c16,000 would offer a greater possibility of robust, resilient, and economically viable long-term delivery of services at these two sites and is therefore offering a single contract to cover provision at both sites.<br/><br/>Under current contractual arrangements, both practices are open from 8am-8pm on Mondays, Wednesdays and Fridays, from 7.30am-8pm on Tuesdays and Thursdays and from 8.30am-12.30pm on Fridays. The Commissioner is offering a new contract on core hours which will align with the national strategy of provision of enhanced access through PCNs.<br/><br/>The contract will be for a duration of 5 years with the option to extend for up to a further 4 years with an estimated contract value (including the 4-year extension) of between £15.6 million - £16.3 million.

Value:
Published: 2023-01-07
Deadline: 2023-02-03
2023-01-07 2023-02-03
NHS South Yorkshire I CB (Doncaster Place Barnburgh Surgery APMS Contract
UK Sheffield NHS South Yorkshire ICB

The Contract<br/>Delivery of the contract will be in accordance with the national Standard APMS Contract as published by NHS England. The Contractor is expected to be a Health Service Body. TUPE may apply to this service. Bidders are advised to form their own view on whether TUPE applies, obtaining their own legal advice as necessary<br/><br/>The Contractor must deliver the full range of Directed Enhanced Services available to it including Minor Surgery DES, Learning Disability Health Checks DES, Network Contract DES and the Weight Management DES and all of the vaccination and immunisation requirements including COVID and Flu immunisations.<br/><br/>Doncaster place also commissions a range of Tier 1 Local Enhanced Services which it is required to provide Glucose Tolerance Test, Helicobacter Pylori Carbon Testing, Hepatitis B, Methotrexate Monitoring, PSA Monitoring, Routine Ring Pessary Change, Shared Care, Single Dose Vaccination and Treatment Room along with a menu of Tier 2 Local Enhanced Services provided to the local population: Diabetes Mellitus: Insulin Initiation, IUCD for Heavy Menstrual Bleeding and control of bleeding for HRT and Routine Ring Pessary Initial Fit.<br/><br/>The service specification included in Schedule 2 of the APMS contract is intended to bring the contract in line with GMS Contracts and covers general service delivery requirements, GP practice services and clinical service requirements as well as QOF.<br/><br/>The Core Contract value is £216,161 per annum with a contract duration of nine years based on the weighted list size as at 1 July 2022 plus enhanced services which are paid separately. <br/>________________________________________<br/>The ICB would like potential providers to submit a written overview of the intended service, including previous track record, indicative team structure, local staff capacity, and any improvements proposed for the patients of Barnburgh, in 2000 words or less. <br/>Please send your submission through the ‘Health Family Single e-Commercial System’ (Atamis) to register please follow link : https://health-family.force.com/s/Welcome by the deadline of 12:00 Noon on the 5th December 2022. The information you provide to NHS South Yorkshire will be to assess interest in the market. Dependent upon the response to this PIN the Board will determine if this requirement will form the basis of a competitive procurement process. Contracts may be awarded without further publication. <br/>If a competitive procurement is to take place the ICB will simultaneously and in writing invite those organisations who have registered an interest to confirm their continuing interest. The information to be provided by NHS South Yorkshire will include, but not be limited to the type of procurement process, the timescales, and the evaluation criteria for any future procurement process.

Value: 1945449
Published: 2022-10-27
Deadline:
1945449 2022-10-27
GP Services
UK London Goldsmiths College

The provision of General Practitioner Services for Goldsmiths, University of London

Value:
Published: 2022-10-15
Deadline: 2022-11-18
2022-10-15 2022-11-18
Provision of APMS contract at Parker Drive Surgery and Manor Park Medical Practice for NHS Leicester, Leicestershire and Rutland Integrated Care Board
UK Glenfield NHS Leicester, Leicestershire and Rutland Integrated Care Board

The Contract will be an Alternative Provider of Medical Services (APMS) contract commencing 1st April 2023 for a population of 13,310 patients. The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice.The ICB is seeking innovation in the provision of integrated primary care services, which align to both the national and local strategic plans, 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 Primary Care Networks;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, tackling health inequalities:o promote physical and psychological well-being and self- care;o addressing health inequalities to improve patient outcomes.c) ‘Provide world class care for major health problems’ through: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 supporting the ‘digital first’ approach with clinically safe, NHS approved digital technology to improve access, increase patient choice, and improve quality and outcomes. e) Backing the workforce:o providing a GP-led service with appropriate clinical oversight to support the multi- disciplinary practice team;o providing and supporting all staff holistically, ensuring personal development, promoting confidence and greater staff satisfaction.The contract shall be for a term of ten (10) years from the Service start date with the option to extend the term by up to another five (5) years beyond the initial 10-year contracted term at the Commissioner’s discretion. The contract start date is 1st of April 2023. The contract value for this service is estimated to be £1,733,685 per annum at 2022/23 prices (excluding pass-through costs, as defined in 4.5 Annex 04 and general assumptions tab under premises costs of the tender documentation), and up to a total £26 million over the potential 15 years term of the contract (including extensions). These contract values are subject to change as the practice population changes and in line with other variable payments. Please note that the ICB will reject bids that do not meet the sustainability test (as defined in the ITT documents which are downloadable via the Bravo e-procurement portal. Details of how to register to access this information is contained below.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 07th of October on the ML CSU Bravo portal (see below) and it will have a deadline for submissions of 13:00 on 7th of November 2022. Bidder clarifications may be submitted to the Commissioner (via the ML CSU Bravo portal only) during the procurement process up to 17:00 on 31st of October 2022.

Value: 26000000
Published: 2022-10-08
Deadline: 2022-11-07
26000000 2022-10-08 2022-11-07
Provision of Alternative Provider of Medical Services (APMS) Contracts under six Lots across Thurrock and Southend
UK Basildon NHS Mid and South Essex Integrated Care Board

The Contracting Authority (hereinafter referred to as “the Authority”) for this procurement is: NHS Mid and South Essex Integrated Care Board (ICB) invites responses from suitably qualified and experienced providers to deliver Primary Medical Services across up to six Lots, via Alternative Provider of Medical Services (APMS) contract(s).The services must continue to be provided at the existing sites and the Authority wish to ensure that there is no interruption to patients' continuity of care and access requirements. The Authority is undertaking a single one-stage procurement under the Light Touch Regime for all six contracts, with each acting as a separate and individual 'lot' and subsequent contract, to enable the mobilisation of a new provider(s) from 1 April 2023 for Lots 1, 2 3, 4 and 6 and from 1st July 2023 for Lot 5.• Lot 1 - Y00999 - Oddfellows Health Centre & St Clements Health Centre – commencing 1st April 2023 until 31st March 2038 (THIS LOT)• Lot 2 - F81110 - Tilbury Health Centre – commencing 1st April 2023 until 31st March 2038• Lot 3 - Y02807 - Thurrock Health Centre – commencing 1st April 2023 until 31st March 2038• Lot 4 - F81206 - Commonwealth Health Centre – commencing 1st April 2023 until 31st March 2038• Lot 5 - Y00033 - Purfleet Care Centre – commencing 1st July 2023 until 30th June 2038• Lot 6 - F81684 - North Shoebury Surgery – commencing 1st April 2023 until 31st March 2038The Authority is procuring all six lots as APMS contracts due to the time limited nature of them and flexibilities that they permit in terms of bidding audience e.g. whole of the market and the ability to agree the reporting schedules enabling KPIs that support delivery of the Long-term Plan and facilitates and enables the development of "at scale" provision through the PCN model of delivery. In line with the strategic aims for Mid & South Essex ICB, the system is committed to deliver primary care on a standard contract term to allow for delivery at scale and innovation by offering longer term arrangements.As such it is proposed that each contract will be awarded for a period of 15 years to give greater certainty for provider to improve value for money, ability to recruit, willingness to invest time and resources. We want to secure the right fit for the specific needs of that population. The contract for Lot 1 will run from 01/04/23 - 31/03/38, and the Estimated Total Contract Value (forecasted financial entitlement plus maximum allowable mobilisation budget in year 1) is £18,412,870.The contract that is to be entered into by the Authority and the Preferred Bidder will be non-clinical and as such will be governed by the NHS Terms and Conditions for Provision of Services.

Value: 91153559
Published: 2022-10-07
Deadline: 2022-11-14
91153559 2022-10-07 2022-11-14
NHSE875a Withnell Health Centre APMS
UK Preston NHS Lancashire and South Cumbria Integrated Care Board

North of England Commissioning Support is working for and on behalf of NHS Lancashire and South Cumbria Integrated Care Board (ICB) (the Contracting Authority), to commission Withnell Health Centre Alternative Provider Medical Service (APMS).Premises are mandatory and are located at Withnell Health Centre, Railway Road, Withnell, Chorley, PR6 7PS.The contract is for 10 years with the option to extend for 5 years subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authorities.

Value: 12437355
Published: 2022-09-08
Deadline: 2022-10-19
12437355 2022-09-08 2022-10-19
Staffordshire and Stoke on Trent Special Allocation Scheme
NUTS: UKG24 UK NHS Staffordshire and Stoke on Trent Integrated Care Board

The Staffordshire and Stoke-on-Trent Integrated Care Board currently commission the Special Allocations Service (SAS) across the ICB area. The SAS has been in place since 2004 having previously been known as the violent patient’s scheme.   Patients currently registered with the SAS scheme have either acted in an abusive, threatening or violent way towards GP practice staff (or their patients).  The patients are only removed from general practice and onto the SAS scheme if NHSE patient removal guidance has been followed. A practice can request a patients immediate removal from the practice list by completing a standard template and submitting to Primary Care Support England (PCSE). PCSE will then arrange the removal of the patient and allocate to the SAS practice provider within the ICB footprint. The ICB Primary Care team are also informed by PCSE of the removal and allocation to a SAS provider. The ICB wishes to tender the service with the contracts commencing on 1st April 2023. This is a locality-based services and we are looking for providers across the following 4 areas:1. Lot 1 Northern Staffordshire including but not limited to Newcastle-under-Lyme and Staffordshire Moorlands2. Lot 2 South East Staffordshire including but not limited to East Staffordshire, Burntwood, Lichfield and Tamworth3. Lot 3 South West Staffordshire including but not limited to Cannock Chase, Stafford & Surrounds, Seisdon Peninsula 4. Lot 4 Stoke-on-TrentBidders may apply for one or more of the lot areas. Bidders are required to hold an APMS or GMS contract for the entire period of the contract.Bidders Should register on https://mlcsu.bravosolution.co.uk and search for ITT 960, 964,966,967 & 968 to view generic questions and details for each of the 4 lots.

Value: 754000
Published: 2022-09-03
Deadline: 2022-10-12
754000 2022-09-03 2022-10-12
NHSE875 – Invitation to Tender - APMS - Withnell Health Centre
UK Leyland NHS Lancashire and South Cumbria Integrated Care Board

North of England Commissioning Support is working for and on behalf of NHS Lancashireand South Cumbria Integrated Care Board (the Contracting Authority), to commissionWithnell Health Centre Alternative Provider Medical Service (APMS).Premises are mandatory and are located at Withnell Health Centre, Railway Road,Withnell, Chorley, PR6 7PS.The contract is for 10 years with the option to extend for 5 years subject to satisfactoryfinancial and contractual performance and at the discretion of the Contracting Authorities.The expected start date of the contract is 04 December 2022 but may be revised to 04February 2023.The procurement will be available to view on the e-tendering portal on 29 July 2022.The basic principles that mirror that of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015(as amended), ensuring a fair, open, and transparent process in accordance with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013.

Value: 12437355
Published: 2022-07-30
Deadline: 2022-08-29
12437355 2022-07-30 2022-08-29
NHSE869 Tranche 2 Cambridge and Peterborough 2022/23 Sustainable Alternative Provider Medical Service (APMS) - Waterbeach, Cottenham and Roysia
UK Cambridge, NHS England and NHS Improvement East of England

North of England Commissioning Support (NECS) is working for and on behalf of NHS England and NHS Improvement East of England (The Contract Authority) a to commission an Alternative Provider Medical Service (APMS) to be delivered from Waterbeach and Cottenham. This lot will cover Waterbeach and Cottenham with a weighted patient list size of 9631.69.Waterbeach is a system strategic growth site. The Development of the previous Waterbeach Barracks site will be considered a new town with planning for 11,000 new dwellings. The build out rate is outlined below:Year 2021/22 2022/23 2023/24 2024/25 2025/26 2026/27 2027/28Annual dwelling build rate 150 250 250 250 250 250 250Cumulative Occupations 150 400 650 900 1150 1400 1650Cottenham also has small pockets of development planned to include 176 dwellings on Land at or adjoining Oakington Road, 254 dwellings and 70 apartments with care land on or adjoining Rampton Road.The term for this contract will be 7 years with the option to extend for a further 3 years, subject to satisfactory financial and contractual performance, with effect from 01 January 2023.The basic principles that mirror those of the Open Procurement route will be followed for this procurement to test the capability, capacity, and technical competence of bidders in accordance with The Public Contracts Regulations 2015 (as amended).Under the Public Services (Social Value) Act 2012 Contracting Authorities must consider:(a) How, what is proposed to be procured might improve the economic, social, and environmental well-being of the area where it exercises its functions; and(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social, and environmental well-being.The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the In-tend portal https://in-tendhost.co.uk/nhsnecsuIt is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the In-tend helpdesk via:support@in-tend.com or call us on 0845 557 8079 / +44 (0) 114 407 0065The helpdesk is open Monday – Friday between 9am – 5.30pmTender documentation will be available on the e-tendering site from 27 June 2022.The closing date for submission of tenders is 12:00 noon on 27 July 2022.N.B. Due to forthcoming changes to legislation which mean some current responsibilities of NHSE&I will be delegated into Integrated Care Systems with effect from 01 July 2022, the ultimate commissioner for this contract may change.

Value:
Published: 2022-06-28
Deadline: 2022-07-27
2022-06-28 2022-07-27
Provision of Medical Services at Scottish Prison Service HMP Dumfries
UK Dumfries NHS Dumfries & Galloway

HMP Dumfries serves the local courts of Dumfries and Galloway. It holds up to 55 male offenders who are remanded in custody for trial or reports and short-term convicted male offenders. Upon average the prison receives 220 admissions per year from courts and average liberations are 130 per year.HMP Dumfries also provides a national mainstream facility for holding up to 140 long-term and short-term offenders who require separation from mainstream offenders because of the nature of their offence, termed as offence related protection offenders. It is also a facility that can accommodate difficult to place individuals who may be at risk due to their previous employment such as Police and Prison staff.The prison normal operating capacity is 175 but has risen to a temporary operating capacity during the pandemic of 185. It has capacity to rise to around 210 dependent on other population demands within the prison estate.The attached document details the Health Board’s requirements in respect of the provision of GP services to support the delivery of medical services at HMP Dumfries.

Value: 500000
Published: 2022-06-17
Deadline: 2022-07-18
500000 2022-06-17 2022-07-18
Primary Care Medical Services at Arlesey Medical Centre and Shortstown Surgery
UK Silsoe NHS Bedfordshire, Luton and Milton Keynes Clinical Commissioning Group

The Authority (BLMK CCG) invites responses from suitably qualified and experienced General Medical Services (GMS) contract holding providers to deliver Primary Medical Services as a 'branch with patient list' from two practices; Arlesey Medical Centre Shortstown Surgeryfrom 1st November 2022The Authority (BLMK CCG) has taken a strategic decision not to re-procure GP contracts of around 10,000 weighted list size or below as stand-alone APMS contracts, to ensure robust and sustainable long-term delivery of services. The CCG has a strong desire that the current premises are maintained within primary care ensuring adequate access, capacity, and resilience for general practice services. The CCG has decided that the most appropriate way to achieve this aim is to advertise these practices as branches with patient lists, thus retaining the current premises with managed list dispersal to the successful bidder/s.The annual value pertaining to each separate Lot based on 21/22 figures is the following:• Arlesey (Lot 1) - £436,200• Shortstown (Lot 2) - £361,976these figures represent the Global Sum that is calculated based on weighted list size using the Carr Hill FormulaFurther information can be found within the Procurement documents.

Value: 798178
Published: 2022-06-17
Deadline: 2022-07-18
798178 2022-06-17 2022-07-18
NHS South Sefton CCG – APMS Contracts
UK Bootle NHS South Sefton CCG

Hightown Practice

Value: 20784889
Published: 2022-06-15
Deadline: 2022-07-15
20784889 2022-06-15 2022-07-15
Provision of Primary Medical Care Services at Mayfield Medical Centre
NUTS: UKJ3 UK Frimley CCG

Background2. Introduction2.1. This document has been drawn up to provide a full explanation and justification for the direct award of a maximum 5 years and 10 month contract to Salus Medical Services Limited (referred to as Salus within this document) for the delivery of primary medical care services to the population registered at Mayfield Medical Centre, Farnborough. 2.2. The contract term will be 5 years and 10 months to align with the remaining term of the lease in place at the practice premises. 2.3. The period covered by this direct award is from 1st January 2023 to 30th September 2028. 2.4. The reasons for the proposal of this direct award are:• To provide consistency in delivery of primary medical care services to the population registered at Mayfield Medical Centre - recognising the positive impacts on patient outcomes and primary care provision that have been realised to date through the caretaking arrangement currently in place with Salus; and• To recognise the contribution made by primary care federations in relation to the development and resilience of primary care provision; and• To recognise the vital importance of local leadership in the development, mobilisation and success of the current caretaking arrangement.2.5. The justification relating to the direct award of this contract will cover three key areas: patient need, quality improvement, and contract efficiency, with the primary reasons being linked to the complexity of the population being served and the positive improvements achieved through the existing caretaking arrangement.3. Salus Medical Services3.1. Frimley Clinical Commissioning Group (CCG) recognise Salus as the General Practice Federation that represents primary care within its geographical area, and that delivers services both pan CCG wide and within specific primary care networks (PCNs). 3.2. Salus have well established links with General Practice and other local providers in the North East Hampshire and Farnham area. Now employing over 250 individuals they are able to draw on the required managerial and clinical workforce along with digital capability to provide the primary care services required for the population registered at Mayfield Medical Centre. 3.3. Salus have experience of working within the local geography and understand the demographic makeup of the population. They have established links into specific communities such as the Nepali community and employ Nepalese members of staff who can communicate fluently with patients, understanding the cultural and religious factors that may understand their view of healthcare. This understanding of local cultures is vital in order to provide a responsive and flexible services to the patients registered at Mayfield Medical Centre. 3.4. There is a list of enhanced primary care services also delivered by this provider in Appendix A. These services are closely integrated with provision of primary medical care services at Mayfield Medical Centre. 4. Background to the situation 4.1. In January 2020 the partners at Mayfield Medical Centre issued immediate notice to the CCG on their GMS contract and a contract was awarded to Salus for delivery of primary medical care services under an APMS contract. Notification to the market of award of this contract has been issued.4.2. The contract was initially designed to be a short-term two-year caretaking arrangement that would address known issues with regards to recruitment, workforce models, patient outcomes and access. The intention was that following improvements in these areas, a long-term local provider for the GP practice would be sought through a practice merger. Within a few weeks of the contract commencing the effects of the Covid-19 pandemic began to be felt and a change of focus for the provider was required. 4.3. Of prime concern to North East Hampshire and Farnham pla

Value: 7113440
Published: 2022-03-18
Deadline:
7113440 2022-03-18
Ravenscar Surgery, Alternative Provider Medical Services
NUTS: UK UK NHS England and NHS Improvement North East and Yorkshire

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England & NHS Improvement North East and Yorkshire (the Contracting Authority) and NHS Tees Valley Clinical Commissioning Group (CCG) (the Commissioner) who are undertaking a procurement to commission an Alternative Provider Medical Services (APMS) for Ravenscar Surgery, in the Kirkleatham ward of Redcar under the NHS Standard APMS contract published on January 2022 to a registered population of 3,470 (weighted population 3703.22) as of 01 January 2022. Please note that caveat responses will be considered as non-acceptance of this requirement.The contract term is for an initial period of 5 years commencing on 01 October 2022, with an option to extend for a further 2 years at the discretion of the Contracting Authority and Commissioner and subject to satisfactory contractual and financial performance.The closing date for submission of tenders is 12 noon on 19 April 2022.

Value: 2903198
Published: 2022-03-16
Deadline: 2022-04-19
2903198 2022-03-16 2022-04-19
Alternative Provider Medical Service (APMS) for the Gateshead Outer West
NUTS: UKC UK NHS England and NHS Improvement (NHSE/I) - North East and Yorkshire

North of England Commissioning Support (NECS) is working for and on behalf of NHS England and NHS Improvement - North East and Yorkshire (the Contracting Authority) and NHS Newcastle Gateshead Clinical Commissioning Group (the Commissioner) to commission an Alternative Provider Medical Service (APMS) for the Gateshead Outer West Localities -; Blaydon, Crawcrook, Rowlands Gill and Ryton. The contract is to commence from 01 September 2022 for a period 7 years with an option to extend by a further 2 years subject to contractual performance and at the discretion of the Contracting Authority. The aims of the service are to provide a model of general practice that: • Provides person-centred, holistic care;• Is easily accessible;• Provides long-term relational continuity of care where this is important; and• Is based on local knowledge and a commitment to improve the health outcomes of the local population. The basic principles that mirror those of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of tenderers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015 (as amended), ensuring a fair, open and transparent process in accordance with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013. Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider: (a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and (b) How, in conducting the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental well- being.Potential providers are to note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply to this procurement including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the in-tend portal https://in-tendhost.co.uk/nhsnecsu It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the in-tend helpdesk via:support@in-tend.com or call us on 0845 557 8079 / +44 (0) 114 407 0065The helpdesk is open Monday - Friday between 9am - 5.30pmPLEASE NOTE: Tender documentation will be available via In-Tend from 03 March 2022. Note all bidders will be required to submit their ITT responses by the deadline provided within the tender documents.N.B. Due to currently proposed legislation which may mean that the current responsibilities of CCGs will transfer into Integrated Care Systems/ Integrated Care Boards, the ultimate commissioner for this contract may change.

Value: 21413920
Published: 2022-03-04
Deadline: 2022-04-04
21413920 2022-03-04 2022-04-04
Provision of GP Services for HMP Berwyn
UK Cardiff NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

The successful provider of Primary Care GP Medical Services (GP service) will be expected to work with the Integrated Health and Wellbeing team to provide a seamless service. Overall management for the Health and Wellbeing service will be the responsibility of the Head of Healthcare at HMP Berwyn who is employed by BCUHB and the GP service will be responsible to this individual. The regime of the prison, and partnerships including social care provision, will be utilised to provide complimentary non-medical support to aid the men’s physical and mental wellbeing, for example, gym, education and work.Please see Information for Bidders document on Bravo for further information.

Value: 2000000
Published: 2022-02-14
Deadline: 2022-04-01
2000000 2022-02-14 2022-04-01
Primary Medical Services (APMS) at The Sidings Medical Practice, Boston, Lincs PE21 8EG
UK Sleaford, Lincolnshire NHS England & Improvement - Midlands

NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of NHS Lincolnshire Clinical Commissioning Group (LCCG) are seeking an experienced provider to deliver a Primary Medical Services (APMS) at The Sidings Medical Practice, Boston, Lincolnshire PE21 8EG.The provider will provide an integrated and fully supported primary health care team to work in partnership with all other NHS and non-NHS healthcare contractors and stakeholders.LCCG invites suitably qualified applicants to submit their proposals based upon the provided service specification noting the Enhanced Services and Special Allocation scheme elements provided.A contract agreement will be established for a period of 5 years with the option to extend the contract up to a further 5 years. The estimated value of £14,969,640 included in this notice is based on a 10 year period. The contract holder will be NHS England & Improvement - Midlands.To view the ITT documentation, please visit EU Supply via https://uk.eu-supply.com/login.asp?B=agcsu and search for quote/tender reference 46481.

Value: 14969640
Published: 2021-11-04
Deadline: 2021-12-03
14969640 2021-11-04 2021-12-03
NHSE536 – Invitation to Tender - APMS - Wingate Medical Centre
UK Sedgefield NHS County Durham Clinical Commissioning Group

The Contracting Authority/Commissioner is inviting suitably experienced organisations and or individuals to tender for the provision of an Alternative Provider Medical Services (APMS) to Wingate Medical Centre. This tender is for a contract to commence on 01 July 2022 for a contract term of an initial period of 7-years with the option to extend the contract for 2-years at the discretion of the Contracting Authority/Commissioner and subject to satisfactory contractual and financial performance.The annual financial Capitation Payments will be based on the General Medical Service (GMS) rate of 96.78 GBP (2021/22 values) less 4.75% to account for the Out of Hours opt-outs resulting in a net price per weighted patient of 92.18 GBP with a list size as of 01 July 2021 of 3,190 patients (4,013 weighted) equating to an annual value of 369,949 GBP. This Capitation Payment is designed to cover the Essential & Additional Services element of the contract as per the NHS (General Medical Services Contracts) Regulations. In addition to Capitation Payments the practice will be eligible for Enhanced Services and Quality Outcomes Framework payments in line with GMS contractors, currently valued at 44,852 GBP per annum. The total annual contract value is estimated at 414,801 GBP.The basic principles of the Open Procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (as amended) (PCR 2015) for Health, Social, Education, and certain other Service Contracts.Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:(a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions, and(b) How, in conducting the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to consider the priorities of the Contracting Authority/Commissioner relating to “economic, social, and environmental well-being”. Bidders should note that the Contracting Authority/Commissioner will be applying the UK Governments new Social Value Model to this procurement.This procurement will be conducted via the NECS e-Tendering system and as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the e-Tendering portal.To express an interest in tendering for this procurement, please register on the e-Tendering portal, which can be found at:https://in-tendhost.co.uk/nhsnecsu/aspx/Home and follow the registration instructions.Please note that it is free to register on the e-Tendering portal, which can be accessed at any time of day. Should bidders have any queries regarding In-Tend a dedicated help desk is available and can be contacted on +448442728810 or email: support@in-tend.co.uk.Current proposed legislation may mean that the current responsibilities of CCGs will transfer into Integrated Care Systems (ICSs). ICSs are now expected to become statutory bodies by April 2022, and therefore the ultimate Commissioner for this contract may change.The Server Clock displayed within the e-Tendering system shall govern the time for close of tender returns.Tender documentation will be available via the e-Tendering portal on 02 November 2021 with a tender return time and date of 12:00 noon on 03 December 2021.

Value: 3733209
Published: 2021-11-03
Deadline: 2021-12-03
3733209 2021-11-03 2021-12-03
Broughton House Medical Practice
UK Huddersfield NHS Kirklees CCG

NHS Kirklees CCG is inviting suitably qualified and experienced providers to deliver Primary Care Medical Services for a GP practice in Batley, West Yorkshire.The Commissioners are seeking to identify a provider(s) who will deliver GP Services under an Alternative Primary Medical Services (APMS) contract. This service will have an estimated weighted patient list size of 3622 and raw patient list size of 3565 based as of April 2021. The Practice will operate for core hours only and will be open between 8.00am and 6.30pm, Monday to Friday, excluding Bank Holidays. As a result of this procurement exercise an agreement will be established with the successful bidder(s) for a period of 5 years with the Commissioners having the option to extend for up to an additional 2 years (maximum contract duration 7 years). The new contract is due to commence on 1st April 2022. The successful bidder (s) will be expected to deliver Tier 1 (core services) and Tier 2 (Kirklees Essentials) of the Kirklees primary care model. The contract value to deliver Tier 1 will be based on a national determined GMS payment rate per registered weighted patient (minus an out of hours payment deduction). The contract value to deliver Tier 2 will be based on a Kirklees locally determined payment rate per registered weighted patient. Additional income can be earned from the Quality and Outcomes Framework (QOF) payment, sign up to locally commissioned service delivery and Enhanced Services Payments. The successful Bidder will need to demonstrate that they can deliver services of a continuously high-quality and will be responsive to the needs of the local population. The service must be GP led and provided by GPs, supported by nurses and other clinical professionals or healthcare workers throughout core hours. The successful Provider will be expected to: *Provide primary care services which are accessible, convenient and responsive *Design services around the needs of patients and carers, ensuring they are offered more choice and a greater say in their treatment*Reduce unplanned admissions to hospital by enabling patients to seek urgent care from a GP or Nurse practitioner*Have processes in place to evaluate and continually improve on patient satisfaction*Have processes in place to engage effectively with the local communities *Participate in National QOF *Be eligible for and expected to provide all Enhanced Services, remunerated in line with the relevant Directions as specified by the commissioner on an annual basis*Promote healthy living with the aim of tackling the underlying causes of ill health *Work in a network with other practices across the local area *Participate in the PCN DES and other collaborative working approaches as part of the aligned PCN *Participate in locally commissioned enhanced services as appropriate to the community need.

Value: 1780000
Published: 2021-07-31
Deadline: 2021-09-03
1780000 2021-07-31 2021-09-03
09/07/21
UK Leatherhead Surrey Heartlands CCG

The Commissioner is looking to re-procure primary medical care services that are currently delivered through a time limited GMS contract. The current contract will expire at midnight on the 31st December 2021.The contract to be awarded will commence 1st January 2022 at one second past midnight for the initial term of 5 years, with the option to extend for a period up to further 5 years.The Awarding Authority will issue an APMS contract for this opportunity. The contract value will be based on the nationally agreed GMS global sum price applied to the practices' weighted list size revised on a quarterly basis.

Value:
Published: 2021-07-16
Deadline: 2021-08-12
2021-07-16 2021-08-12
Primary Medical Services in Sherford (Plymouth)
UK Exeter NHS Devon Clinical Commissioning Group

There is an immediate need to provide General Practice (GP) facilities to the population of Sherford. GP provision will need to be sustainable and long-term, to grow as Sherford grows. The provider, under an existing general medical services/personal medical/ services/ alternative provider medical services (GMS/PMS/APMS) contract will need to work with the developers, councils, NHS Devon CCG and community services to help shape primary medical services in line with the NHS long-term plan and NHS Devon’s Primary Care Strategy.Sherford is a new town development, currently being built on the outskirts of Plymouth situated just off the A38 between Plympton and Plymstock, expected to deliver some 5 500 new homes, with an estimated 13 200 population, a new town centre (close to the new junction with the A38) and two new village centres, in the south eastern (Phase 1, close to Plymstock) and northern parts of the town.As at January 2020, some 300 homes have been built and occupied. Current annual build out rate is 150 houses.Phase 1:1 is for 600 houses, of which 300 are currently occupied.1a: a further 200 have been consented.1b: another 500 awaiting consent, expected to commence end 2020.A leisure centre, with swimming pool, is being built as part of the Phase 1 development with planning application in process, also includes the first of the primary schools being developed and a retail area.The trigger point for the first of these permanent provisions is 1 300 homes (for the single, town centre site) or 1 375 homes (for the first of the neighbourhood sites), which are approximately 5-8 years away at a minimum (subject to build-out rates). The trigger point for a temporary facility at 300 occupations, has already been reached and exceeded.Due to recent changes seen in the Covid-19 Pandemic the Sherford Consortium is currently reviewing the S106 provision to ensure it is fit for purpose.Reviewing the current build-out plans for Sherford, the CCG has taken an informed decision that an interim GP provision should be provided as part of the phase 1 development, to be implemented at the earliest possible opportunity. The interim provision is to provide primary care capacity for the next 8 years (approx. timeline for permanent hub to be confirmed) until a permanent hub opens in the new town Centre.This timeline is indicative, and the preferred bidder, as part of an existing primary care network, would need to consider a robust service delivery model able to flex according to the future development of the town.The design and delivery of both interim and long-term primary care services in Sherford must reflect the strategic intent set out in the NHS long term plan and key local strategic plans such as• Devon Sustainability and Transformation Partnership (STP) priorities;• Devon STP Integrated Care Model Blueprint;• NHS Devon CCG’s primary care priorities;• general practice forward view including the emergence and development of Primary Care Networks and• Plymouth City and Devon County Council’s priorities including those for adult social care.General practice is a hugely important and valuable part of the local system of health and wellbeing. System priorities include transforming the model of care such that people seek support in other settings (e.g. wellbeing hubs, advice and information, online resources) as a more appropriate alternative to their GP practice, and integrating services.The current population of Sherford is 1,120. This is estimated to increase to a population of 3 040 people in 4 years’ time. It is estimated that between 760 and 1 520 people will need to register as a new patient within the next 4 years.Based on the GMS rate less out-of-hours opt-out currently GBP 89.88 per patient (adjusted for weighting) the annual value is estimated to be between GBP 68 309 and GBP 136 617. Any values an

Value: 819700
Published: 2020-11-16
Deadline: 2020-12-01
819700 2020-11-16 2020-12-01
GP Services for MOD Personnel at RAF Fylingdales
UK Glasgow UK Strategic Command Commercial

GP Services RAF Fylingdales.

Value: 170000
Published: 2020-10-13
Deadline: 2020-11-15
170000 2020-10-13 2020-11-15
GP Services provision for Feltham and Surrey Prisons
UK London Central and North West London NHS Foundation Trust

The provider will employ GPs who will work collaboratively and in partnership with all prison healthcare professionals to deliver an integrated and young person’s centered service.Primary care healthcare professionals may include but are not limited to: advanced and emergency nurse practitioners, paramedics, pediatric nurses, healthcare assistants, nurse associates, pharmacists and other allied health professionals.GP and primary care healthcare professionals must possess the appropriate competencies and skills mix, including relevant and current qualifications in line with their specific role and the population of HMYOI Feltham, which should be evidenced and updated regularly.The provider will ensure there is a lead GP to provide robust clinical leadership at a local level and a clearly described hierarchy of leadership with links to clinical governance structures.Providers are invited to bid to develop a bespoke HMPYOI Feltham GP model of service that is able to support patients across two sites for an initial 4 years contract.Feltham Young Offenders Institution has two distinct populations.Young people — Feltham A (Age 17-19)There are currently six units in operation for young people including an induction unit. Each Unit holds up to 30 young people. A Side full capacity is 180.Young Adults — Feltham B (Age 19-21)There are seven units in operation the young adult side with a mixture of double and single accommodation. All standard residential units hold 56 young adults, with full capacity at 360.

Value:
Published: 2020-10-08
Deadline: 2020-11-05
2020-10-08 2020-11-05
PRJ918 - NCL APMS Contracts
UK Leeds NHS Commissioning Board

The authority is seeking to appoint a provider of primary medical care services for the patient list registered with Cricklewood GP Health Centre. The practice is currently managed under an APMS contract.Cricklewood GP Health Centre is located in the London Borough of Barnet and it is part of NHS North Central London Clinical Commissioning Group (NCL CCG).The current contract for the provision of primary medical care services is due to expire on 31 March 2021 and hence the need to commence this procurement.The registered list size at 1 July 2020 was 5160, this equates to 4224 weighted patients. Since January 2015, there has been a steady list size growth per annum, the total list size growth over 4 years is 74 %. The list size in January 2015 was 1318 compared to 5160 as of 1 July 2020. There has been a small decline in the list size due to the contractor undertaking a list validation exercise in 2020. The current contract primarily serves the population of the London Borough of Barnet, Camden and Brent.The contract will have an initial term of 5 years (60 months), followed by an optional extension of 5 years (60 months) at the discretion of the commissioner, followed by a further optional extension of up to 5 years (60 months) at the discretion of the commissioner. If all available extension are taken up in full the contract will have a maximum duration of 15 years (180 months).Please refer to the ITT Documents for further details.

Value:
Published: 2020-10-08
Deadline: 2020-10-29
2020-10-08 2020-10-29
Provision of an Alternative Provider of Medical Services (APMS) Contract for NHS West Leicestershire Clinical Commissioning Group
UK Stoke on Trent NHS Midlands and Lancashire CSU

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 1 April 2021 for 7 145 patients. The current contract arrangement is operating under caretaker arrangements that are due to expire on the 31 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 primary care networks.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:’— develop new ways to improve access and service delivery,— improve integration and collaborative working with local health and social care providers, including ‘Primary Care Networks,— 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:— promote physical and psychological well-being and self- care;(c) ‘Provide world class care for major health problems’ through the use of:— improved continuity of care,— clinical audit,— appropriate risk assessment to promote early diagnosis of chronic disease,— improved long term condition management;(d) making better use of data and digital technology:— 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:— the contractor must provide a GP Led service with appropriate clinical oversight to support the multi-dimensional practice team;— 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 1 April 2021.The contract value for this service is estimated to an annual cost of GBP 931 140 and it will be up for a total GBP 9 311 000 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 25 September 2020 on the ML CSU Bravo portal (see below) and it will have a deadline for submissions 2 November 2020.Clarifications may be asked during the procurement

Value: 9311400
Published: 2020-09-30
Deadline: 2020-11-02
9311400 2020-09-30 2020-11-02
Old Trafford Medical Centre and Gloucester House APMS Contracts
UK Sale NHS Trafford CCG

Old Trafford Medical Centre and Gloucester House APMS Contracts.

Value:
Published: 2020-09-04
Deadline: 2020-09-25
2020-09-04 2020-09-25
Alternative Provider Medical Service High Street Medical Centre
UK Manchester NHS England and Improvement North West

North of England Commissioning Support is working for and on behalf of NHS England and NHS Improvement North West (Greater Manchester) (the Contracting Authority) and NHS Wigan Borough Clinical Commissioning Group (the Commissioner) who has full delegated authority to commission primary medical services for the people of Wigan Borough to commission an Alternative Provider Medical Services (APMS) for the patients currently registered with the High Street Medical Centre, Wigan.The term for the contract will be 8 years with the option to extend for a further 5 years, subject to satisfactory financial and contractual performance, with effect from 1 April 2021.The basic principles that mirror that of the open procurement route will be followed for this procurement to test the capacity, capability and technical competence of tenderers in accordance with the Public Contracts Regulations 2015.Under the Public Services (Social Value) Act 2012 the Contracting Authorities must consider:(a) how, what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authorities relating to economic, social and environmental well-being.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the in-tend portal https://in-tendhost.co.uk/nhsnecsuIt is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the in-tend helpdesk via:support@in-tend.com or call us on 0845 557 8079 / +44 (0) 114 407 0065The helpdesk is open Monday – Friday between 9 a.m. – 5.30 p.m.Tender documentation will be available on e-tendering site from 2 September 2020.The closing date for submission of tenders is 12.00 noon 2 October 2020.

Value:
Published: 2020-09-04
Deadline: 2020-10-02
2020-09-04 2020-10-02
Primary Care Medical Services at Caradoc Surgery and Clacton Community Practices in North East Essex
UK Colchester NHS North East Essex Clinical Commissioning Group

NHS North East Essex Clinical Commissioning Group in conjunction with NHS England and NHS Improvement, hereby invite suitably qualified service providers to submit tenders for the provision of alternative provider medical services (APMS) at Caradoc Surgery in North East Essex. To register interest in applying, please go to: https://attain.bravosolution.co.uk/web/login.html Click on ‘Register’ and follow the on screen instructions. The deadline for ITT responses is 12.00 noon on 30 September 2020.

Value: 18306102
Published: 2020-09-01
Deadline: 2020-09-30
18306102 2020-09-01 2020-09-30
Courier Services
UK Cambridge Cambridge University Hospitals NHS Foundation Trust

The contractor must be able to provide courier services, as a minimum, for the following types of goods:• pathology samples• blood products• controlled drugs• medicine• medicinal products (leaches/maggots)• packages on dry ice• patient cells in vapour phase liquid nitrogen ‘dry-shippers’• medical equipment• medical correspondence• GP services consumables• international deliveries.The contractor must be able to provide both regular scheduled deliveries, collections and ad-hoc deliveries.

Value:
Published: 2020-04-07
Deadline: 2020-05-07
2020-04-07 2020-05-07
Trafford Clinical Commissioning Group — Integrated Urgent Care Service GP Out of Hours Service in Trafford
UK Sale Trafford Clinical Commissioning Group

NHS Trafford CCG is inviting suitably qualified and experienced healthcare providers to submit tenders for the provision of GP Out of Hours (GP OOH) integrated urgent care services. The CCG have a vision for their GP Out of Hours as part of an integrated single model of urgent care across the whole health economy, providing a high-quality clinical service with a clear patient centred focus. This service will be co-located with an urgent treatment centre for Trafford, providing seamless 24 hour primary care led urgent care services, working in partnership with primary care in hours, extended access and digital access.The CCG will procure a single service that will work closely alongside and integrate service delivery with the North West NHS 111 service, in line with the national expectations for an integrated delivery model. In the North West we have a delivery model whereby the NHS 111 service is delivered by the North West Ambulance Service (NWAS) at a regional level and which then works in an integrated and seamless manner with the sub-regional delivery of 'out of hours' primary care services.The main aim of the service is to provide evidence based urgent primary care which optimises health and wellbeing and reduces the impact of ill health during the out of hours period, avoiding where possible the need for acute care.The CCG is seeking to engage high-quality providers with experienced delivery and leadership in 'out of hours' services/integrated urgent care, with demonstrable capability in managerial and clinical performance that will ensure a safe, clinically effective and affordable service for our patients.In line with Public Contract Regulations, the CCG are tendering their requirements with the intention to award a single core contract, supplemented by some local service variation and requirements.The contractMaximum total contract value — 1 900 000 GBP.The form of contract to be offered to the successful bidder at the end of this Procurement will be the National APMS Contract for a duration of 5 years, (with a break clause after 3 years) which is intended to run from 1.10.2020 until 30.9.2025 with the possibility of one extension of up to 2 years, subject to any restrictions placed nationally by NHS England or the Department of Health.

Value:
Published: 2020-02-05
Deadline: 2020-03-02
2020-02-05 2020-03-02
GP Services Purchasing System (PDPS) for APMS contracts: GP Services and GP Caretaking Services
UK Leeds NHS England

This lot will be used to support local commissioners deliver on their procurement plans for replacing existing or securing additional GP services and covers the core list-based services expected from all GP practices in England. The emphasis here is on meeting planned needs that are typically subject to full commissioning and procurement processes. APMS contracts will reflect the bespoke needs of each local commissioner.This lot will be further split into 7 sub-lots:Sub-Lot 1.1: North East and Yorkshire;Sub-Lot 1.2: North West;Sub-Lot 1.3: London;Sub-Lot 1.4: Midlands;Sub-Lot 1.5: East of England;Sub-Lot 1.6: South East;Sub-Lot 1.7: South West.

Value:
Published: 2020-01-23
Deadline: 2024-01-19
2020-01-23 2024-01-19
The Provision of GP Services on Kings Suite Glastonbury Court
UK Bury St Edmunds West Suffolk NHS Foundation Trust

The provision of GP services on Kings Suite Glastonbury Court Bury St Edmunds Suffolk.

Value:
Published: 2020-01-15
Deadline: 2020-02-18
2020-01-15 2020-02-18
NHSE525 Alternative Provider Medical Services for Burnley (Briercliffe Surgery)
UK Preston NHS England — North West (Lancashire and South Cumbria)

North of England Commissioning Support (NECS) is working for and on behalf of NHS England — North West (Lancashire and South Cumbria) (NHSE) and NHS East Lancashire Clinical Commissioning Group (CCG) (the Contracting Authorities) who wish to commission Alternative Provider Medical Services (APMS) at the premises currently known as Briercliffe Surgery within the locality of Burnley.The term for the contract will be 5 years with the option to extend for a further 5 years, subject to satisfactory financial and contractual performance, with effect from 1.4.2020.The basic principles that mirror that of the open procurement route will be followed for this procurement to test the capacity, capability and technical competence of tenderers in accordance with the Public Contracts Regulations 2015.Under the Public Services (Social Value) Act 2012, the contracting authorities must consider:(a) how, what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authorities relating to economic, social and environmental well-being.The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders are advised to obtain their own legal advice and carry out due diligence including the new fair deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including your submission, will be conducted via the In-Tend portal.Supplier Portal https://in-tendhost.co.uk/nhsnecsu/aspx/HomeIt is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. Should bidders have any queries, or are having problems registering on the portal; they should contact the In-Tend helpdesk via:Helpdesk contact information support@in-tend.com or by phone 0845 557 8079 / +44 (0) 114 407 0065Helpdesk availability — Monday to Friday 9.00 a.m. to 5.30 p.m.Tender documentation will be available on e-tendering site from 20.11.2019.The closing date for submission of tenders is 12.00 noon 8.1.2020.

Value:
Published: 2019-11-22
Deadline: 2020-01-08
2019-11-22 2020-01-08
NHS England and NHS Improvement South (South East) – Integrated Healthcare Services for HMP YOI Winc
E-mail: scwcsu.procurement@nhs.net UK The NHS Commissioning Board (operating under the name of NHS England)

HMP Winchester is a Category B Local Prison that serves the local courts, with a small 129 bed Category C Resettlement Unit (West Hill). Winchester has an operational capacity of approx. 700 and is able to take men from the age of 18 upwards.This service will be commissioned as part of the overall offender health pathway within the prison and as such this model will ensure an integrated, recovery orientated service delivery system both within the prison and onwards into the community. The service will focus on delivering person-centred care within seamless, integrated structured clinical and psychosocial interventions/services in prison and facilitating arrangements through the gate into the community to ensure effective continuity of care. The provider must develop close collaborative working relationships with HMPPS management and staff in HMP Winchester.The service is to be made available to all prisoners within the establishment. The provider must meet the unique needs of the establishments and take into account the needs of the population within that establishment.The services being commissioned include (please see service specifications for further information and full lists of services required):— general practitioners provision,— primary care nursing,— dental services,— pharmacy services (including mechanism for OOH provision),— inpatient unit facility,— substance misuse services (including substance misuse wing),— optometry,— podiatry,— audiology,— primary and secondary mental health and learning disability services,— health promotion and prevention,— appropriate administrative and data management support (including data intelligence and reporting resource; date and intelligence analysis),— musculoskeletal therapies,— smoking cessation,— blood borne viruses testing to include funding, access and delivery (including provision of testing facilities where necessary),— consultant-led pain management clinics,— therapies,— sexual Health screening (Tiers 1, 2).In addition the provider will be responsible for ensuring effective and meaningful pathways of care are established with secondary care/diagnostics and other services outside of this specification, including hospital-based services, to meet patient’s health needs.Social care provision will be included within the contract via a Section 75 agreement with the local authority.NHS England are implementing a shared approach to the management of Escorts and Bedwatches. In order to ensure the provider can manage escort and bed watch services in an effective and efficient manner and to protect the provider against significant bed watch and escort costs that are out of their control, NHS England will include a risk share agreement scheme within the contract.NHS England will be contracting for the services using the long form 2019/20 NHS Standard Contract for the provision of Healthcare Services, with an APMS contract module in Schedule 2L of the contract particulars for the provision of GP Services and a PDS contract for the provision of dental services. A tripartite agreement will be necessary between the commissioner, the prime provider and the prime provider’s dental services provider if the prime provider cannot hold a PDS contract directly.The maximum annual contract value for the service is 5 838 077 GBP, with a maximum total contract lifecycle value of 40 866 539 GBP inclusive of escorts and bed watches budget.

Value: 40866539
Published: 2019-11-12
Deadline: 2019-12-18
40866539 2019-11-12 2019-12-18
Procurement for the Provision of Primary Medical Services for Homeless Patients for Oxfordshire CCG
UK Oxford NHS Oxfordshire CCG

Oxfordshire Clinical Commissioning Group (‘the CCG’) is seeking bids from suitably qualified providers for the provision of primary medical services for Homeless Patients (incl. rough sleepers, those living in hostels or similar temporary accommodation, people in 'squats' or 'sofa surfers') in Oxfordshire. Currently operating from the Luther Street Medical Centre in Oxford, this service will address the often complex health and care needs of this vulnerable group in the city of Oxford. The centre's specialist medical service for homeless patients currently has circa. 500 registered patients, most of whom had had appointments in the year to 31.3.2019. The successful provider will be required to deliver the services from suitable premises.Improving health and care outcomes for the homeless population is a key priority of the CCG and its strategic partners, who are committed to addressing the inequalities experienced by homeless people and to transform the way in which homeless health and care is delivered locally. The vision is for joined-up services that work together, provided around the whole person and focussed on early intervention and prevention. Multi-disciplinary collaborative care is central to effective care because many homeless people present with multiple health and care needs. This procurement is seeking a provider who can deliver an accessible and proactive model of primary healthcare for homeless people which is delivered in close collaboration with statutory and voluntary sector agencies and organisations, to provide holistic care.The successful provider will deliver primary care medical services as per the APMS contract alongside high quality, accessible and responsive specialist homeless primary medical services address the often complex health and care needs affecting people who are homeless including:— long term conditions,— physical injury,— mental health — psychiatric and psychological,— physiological issues,— personality disorders,— sexual health and education issues,— high rates of infectious disease and blood-borne viruses,— substance misuse including drug and alcohol,— dermatological conditions such as scabies,— oral health problems,— stress,— cultural and lifestyle issues,— sleep problems,— sexual health education,— musculoskeletal,— chronic pain,— tuberculosis and respiratory complications,— need for social care intervention including complex family relationships,— communication including language difficulties.The overall aim of the service is to improve the health and well-being of homeless people in Oxfordshire. The following outcomes are expected to be delivered via the service:— improved identification of homeless patients in primary care and acute services,— increased numbers of homeless patients registered,— increased utilisation of planned health care,— reduction in the inappropriate use of secondary care,— increased uptake of preventative health services,— patients taking greater responsibility for their own health and well being,— improved integration of care across health, social care and homeless services,— support for people to access and maintain suitable accommodation, linking with existing local services as appropriate,— improved physical and psychological well-being.Further details are to be found in the service specification which forms part of the tender document set. The full scope of the service can be found on the eTendering system (SCW In-Tend system- https://in-tendhost.co.uk/scwcsu/aspx/Home).This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the commissioner, all communication should be made through the eTendering system.

Value: 3633910
Published: 2019-09-05
Deadline: 2019-10-04
3633910 2019-09-05 2019-10-04
Provision of Primary Medical Services — Charlotte Keel (APMS) on behalf of NHS Bristol, North Somers
UK Bristol NHS Bristol CCG

NHS Bristol, North Somerset and South Gloucestershire CCG (BNSSG CCG), seeks a provider for a 8 year contract with an option to extend for up to 2 years (total duration of 10 years) for Charlotte Keel Medical Centre (L81015). The current contract was a short term emergency contract which is due to expire on 31.3.2020. The successful provider will need to provide the full range of primary medical services from 1.4.2020, mobilising from December 2019.The practice has a current list size of 16 818 and the annual contract value is 1 495 578 GBP, subject to quarterly list size adjustments, Global Sum and Out of Hours adjustments. An APMS Transitional Payment of 355 500 GBP is offered to be paid equally over the first 18 months of the contract.The practice is entitled to provide additional services commissioned by the CCG, including local enhanced services, prescribing quality scheme and supplementary services attracting additional income from the CCG. Payment depends on the provider signing up to agreed service specifications. Including this additionally achievable income, the contract value over 8 years is an estimated 15 861 738 GBP, with an estimated additional 3 876 559 GBP for the option to extend for up to 2 years, making an estimated contract value of 19 738 297 GBP. Figures are indicative and represent the likely level of income the provider will receive from the CCG. It does not represent a guaranteed level of income.The practice is situated in the Lawrence Hill ward of Bristol and is ethnically diverse; more than half of the population are BAME (57,31 %). The largest ethnic groups come from the Caribbean, Asian subcontinent and Somalia. To support the diverse ethnicities the practice has interpreters, counsellors and welfare benefits advisors accessible on site. The practice operates from a modern purpose built health centre and is co-located with a pharmacy, community healthcare team as well as midwives, dentists and the Citizens Advice Bureau.The procurement supports the BNSSG CCG aims for primary medical services, including:— developing sustainable and resilient GP services, serving natural communities within strong PCNs alongside wider community services,— addressing health inequalities to ensure health services are equitable, addressing the specific needs of our most deprived communities,— delivering improved health and social care services to the people who need them most; the frail and elderly, children, pregnant women and vulnerable people including those with mental health needs, learning difficulties, language barriers or drug and alcohol addiction,— supporting people to stay well and promoting patient self-care,— looking after people at home or in the community, helping to keep them out of hospital,— ensuring those who go to hospital are able to go home faster with community support,— continuing to modernise care and treatment, designing it around patients.Providers will need to demonstrate an ability to work dynamically, integrating with the new Inner City PCN as well as contributing to the success of the Inner City and East Locality in their role to deliver new, innovative models of care working with VCSE, mental health and community providers and the local authority to meet the needs of this population.BNSSG CCG recognise the importance of strong primary care at the heart of our integrated care systems, and are keen to engage 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 and using digital channels to provide health care online consultations.The full scope of the service can be found on the eTendering system (SCW In-Tend system- https://in-tendhost.co.uk/scwcsu/aspx/Home). This procurement is being carried out by NHS South, Central and West Commissioning support unit on beha

Value: 19738297
Published: 2019-09-04
Deadline: 2019-10-17
19738297 2019-09-04 2019-10-17
PRJ735-APMS Special Allocation Services (SAS)
UK London NEL Commissioning Support Unit

Clinical Commissioning Groups are required to ensure provision of essential medical services to all people normally resident within their CCGs geographical area. This includes people who have been removed from their mainstream GP practice list as a result violent of behavior or behavior which led to the practice staff fearing for their safety. Care for this group of patients is provided under the Special Allocation Scheme (SAS) (also known as the Violent Patient Scheme). SAS Services have historically been provided on an individual CCG basis with consequent significant variation in service specification and provision. The Primary Medical Care Policy and Guidance Manual (PGM) includes a detailed draft specimen specification. The detailed nature of the new national guidance would seem to lend itself to supra-CCG arrangements i.e. to commission services at STP level and this has now been agreed across the 3 London STPs involved in this procurement.

Value:
Published: 2019-07-03
Deadline: 2019-07-22
2019-07-03 2019-07-22
NHSE512 — Alternative Provider Medical Service — Old Hall Surgery
UK Liverpool NHS England North (Cheshire and Merseyside)

Alternative Provider Medical Services (APMS) to be delivered from Old Hall Surgery, 26 Stanney Lane, Ellesmere Port, CH65 9AD. This tender is for a contract term of 4 years commencing 1.9.2019 and concluding 31.8.2023; however there is a preference for a contract term of an initial 4 years with the option to extend the contract for 3 years and a further extension of 3 years (10 years in total) which is subject to outstanding approval of NHS England Commercial Executive Group (CEG).Bidders are to note that the commissioner will allow a variant bid based upon the preferred 10 year contract term along with a bid on the initial 4 year contract term.The annual financial capitation payments will be based on the GMS rate less out of hours opt-out currently 89,88 GBP per weighted patient with a weighted patient list size of 6 057 equating to an annual value of 544 403 GBP. In addition the Direct Enhanced Service (DES) and Quality and Outcome Framework (FOQ) based on estimated levels of activity currently valued at 55 103 GBP per annum. The total annual contract value is estimated at 599 506 GBP. The 4 year contract is estimated at 2 398 024 GBP and the 10 year variant bid is estimated at 5 995 060 GBP.Bidders who wish to submit a variant bid based on the 10 year contract term must also submit a bid on the 4 year contract term. As mentioned the commissioner has a preference for a 10 year contract term but this has not been approved and therefore a 10 year contract term cannot be guaranteed.The basic principles of the open procedure will be followed for this procurement to test the capacity, capability, and technical competence of bidders in accordance with The Light-Touch Rules Regime, Regulations 74 to 77 of The Public Contracts Regulations 2015 (SI 2015 No 102) (for health, social, education, and certain other service contracts).Under the Public Services (Social Value) Act 2012 the Contracting Authority must consider:(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and(b) how, in conducting the process of procurement, it might act with a view to securing that improvement.Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to “economic, social, and environmental well-being”.This procurement will be conducted via the NECS e-Tendering system and as such there will be no hard copy documents issued to bidders and all communications between bidders and NECS, including tender submissions, will be conducted via the e-Tendering portal.To express an interest in tendering for this procurement, please register on the e-Tendering portal, which can be found at: https://www.proactisplaza.com/SupplierPortal/?CID=NECS and follow the registration instructions.Please note that it is free to register on the e-Tendering portal, which can be accessed at any time of day.Should you have any queries, or are having problems registering on the portal, you should contact the e-Tendering provider by Email: Suppliersupport@proactis.com or Website: http://proactis.kayako.com/suppliernetwork/Core/Default/Index (Monday to Friday 8:30 a.m. to 5:00 p.m.).The Contracting Authority, the commissioner, and NECS reserve the right to cancel the tender process at any point and will not be held liable for any costs resulting from any cancellation of the tender process or for any other costs incurred by those tendering for the contract.The server clock displayed within the e-Tendering system shall govern the time for close of tender returns.Tender documentation will be available via the e-Tendering portal from 12:00 noon on 1.5.2019 with a tender return time and date of 12:00 noon on 30.5.2019.

Value: 2398024
Published: 2019-05-03
Deadline: 2019-05-30
2398024 2019-05-03 2019-05-30
APMS for GP Centre at Johnson Hospital, Lincolnshire
UK Sleaford NHS South Lincolnshire Clinical Commissioning Group

NHS Arden and Greater East Midlands Commissioning Support Unit (AGCSU) on behalf of NHS South Lincolnshire CCG and NHS England – Midlands and East (Central Midlands) are seeking a provider to deliver an APMS service from the GP Centre at Johnson Hospital, Spalding, Lincolnshire.Suitably qualified applicants are invited to submit their proposals based upon the provided specification noting the enhanced services and special allocation scheme elements provided.

Value:
Published: 2019-03-13
Deadline: 2019-04-08
2019-03-13 2019-04-08
Alternative Provider of Primary Care Medical Services at Randolph GP Surgery
UK London NHS Central London CCG

Randolph Surgery is located in the London Borough of Westminster City Council and it is part of Central London Clinical Commissioning Group (CCG).The current contractors have notified NHS Central London Clinical Commissioning Group (the CCG) of their intention to terminate their Personal Medical Services (PMS) Contract on 9.5.2019.Central London CCG now wishes to engage a provider to “care take” Randolph Surgery, 235a Elgin Avenue, London W9 1NH. The caretaking contract will take effect from Friday 10.5.2019 for an initial 6 months. Central London CCG reserves the right to extend the contract for a further period of up to 31.3.2020. NB contract values shown in this Notice are estimated values for the initial 6 month period.The practice has a weighted patient list size of approximately 8 000 as of 1.1.2019. It is anticipated, that the existing premises will be made available for immediate use by a replacement provider organisation. There is understood to be existing workforce with TUPE entitlement and transfer interest. Funding for the interim contract is likely to involve the Londonwide Alternative Provider of Medical Services (APMS) tariff plus an enhanced caretaker supplement. Additional income from locally commissioned services may also be available to the provider.

Value: 416000
Published: 2019-02-21
Deadline: 2019-03-06
416000 2019-02-21 2019-03-06
Medway Mental Health Peer Support Service
UK Chatham Medway Council

The key aims and objectives of the service:— to create a mutually respectful community of peers supporting each other,— through partnership working and collaborating with other peer groups, increase the choice of peer support groups available in different locations,— build peer support on shared personal experience and empathy, focusing on strengths not weaknesses, with the goal of achieving wellbeing and recovery,— help people identify personal goals and ambitions,— create a fun, positive and safe environment for learning and exploring recovery,— give people the confidence and support to access opportunities and resources available to them.The successful provider will be expected to work closely with Medway Wellbeing Navigation Service, the Voluntary Community Sector (VCS) “Better Together” Consortium, GP services, clinical and social care services to ensure that parity of esteem is achieved between physical health and mental health.

Value: 220000
Published: 2019-01-18
Deadline: 2019-02-18
220000 2019-01-18 2019-02-18
Provision of APMS Contract for Centre Surgery GP Practice
UK Stoke-on-Trent NHS Midlands & Lancashire CSU

This is a call for competition.NHS West Leicestershire Clinical Commissioning Group (WL CCG) are commissioning a provider to deliver primary medical services under an Alternative Provider of Medical Services (APMS) contract for The Centre Surgery located in Hinckley, Leicestershire.The commissioner wishes to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced Providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services required.The provider must ensure services are appropriate to local needs, access and convenience are important aspects of a patient-centred service but it is also vital that the services are appropriate and responsive to the needs of the local population.The provider will need to design the services around the needs of patients and their carer’s. To deliver a patient-centred service, the provider will need to engage patients in the design and development of the services. Please see service specification for further detail.The contract shall be for a term of five (5) years plus 5 years subject to review of performance at 5 years.The service will be commissioned via an open procurement process advertised to all providers which is proportionate to the value and complexity of the service and contract. The ITT will be live on the 2.11.2018 on M&L CSU Bravo portal (see below) and it will have a deadline for submissions of 12:00 on the 30.11.2018.Clarifications may be asked during the procurement process up to a week before the ITT deadline, i.e. the deadline for submitting clarification questions on the tender is 17:00 23.11.2018.Interested providers are guided to the MLCSU eProcurement portal Bravo at https://mlcsu.bravosolution.co.uk to register their interest and gain access to this procurement’s documents and more specific information. Please see next page for instructions on how to register on the portal.

Value: 5621790
Published: 2019-01-12
Deadline: 2019-02-11
5621790 2019-01-12 2019-02-11
GP Extended Access Service in Corby
UK Northampton NEL Commissioning Support Unit

Extended access will support GPs to meet rising population demands with additional clinical capacity beyond core hours (8:00 a.m. to 18:30 p.m. Monday to Friday). In addition, the service aims to achieve a positive impact upon patient flow in other service areas, including urgent and unplanned care settings, attributable to patients who cite they are “unable to access” GP appointments, and increasingly meet people’s needs in lower acuity settings, including self-care.This service aims to stimulate innovative ways of increasing seamless access and capacity to routine and same day to primary care services 7 day service, 365 days a year, including bank holidays. It should provide sufficient routine appointments at evenings and weekends to meet locally determined demand alongside effective access to urgent care services. The core purpose being the stabilisation and sustainability of general practice.The service must:— be clinically safe,— provide value for money,— be sustainable,— make the best use of and develop the skill of the workforce,— develop local clinical engagement,— reduce unnecessary attendances to acute providers of emergency care,— work collaboratively with the Northamptonshire urgent care system/partner organisations,— not increase pressure on the ambulance service,— be innovative,— not increase pressure on in-hours GP services,— seek to align protocols where appropriate to do so.The contract value for the term is 916 163,00 GBP (excl VAT).

Value:
Published: 2018-12-04
Deadline: 2019-01-02
2018-12-04 2019-01-02
Framework Agreement for the Provision of Legal Services
UK Dorking Surrey and Borders Partnership NHS Foundation Trust

The purpose of this procurement is to facilitate, through a Framework Agreement, the provision of legal services, on any of(i) a case by case basis;(ii) a periodical basis (e.g., a 12 month period);iii) a retainer basis or(iv) in support a specific identified project.The categories of law for which services are expected to be required for include, but are not necessarily limited to:— commercial and corporate,— employment,— property,— health,— primary care,— mental health,— healthcare projects (including PFI, PPP, joint ventures and Local Improvement Finance Trust (LIFT) schemes),— NHS Governance and Public Law.The estimated total value of contracts awarded under the Framework Agreement is expected to be between 25 000 000 GBP and 40 000 000 GBP. However, interested parties should note that the Framework Agreement is not a guarantee of work and the Contracting Authority makes no commitment by any party to the use of the agreement nor the estimated value.Subject to approval from the Contracting Authority, the public sector bodies eligible to use the Framework Agreement include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs:— the NHS in England (National Health Service for the United Kingdom) including but not limited to:—— Foundation Trusts,—— Acute (Hospital) Trusts,—— Ambulance Trusts,—— Mental Health Trusts,—— Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx— Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx— Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx— Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx— NHS Improvement: https://improvement.nhs.uk/— Department of Health: https://www.gov.uk/government/organisations/department-of-health— Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations— Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:https://www.england.nhs.uk/stps/view-stps/— NHS England: https://www.england.nhs.uk/Other organisations involved in commissioning and/or overseeing general practitioner services, GP consortia, GP practices and any other provider of primary medical services:(a) who are a party to any of the following contracts:— General Medical Services (GMS),— Personal Medical Services (PMS),— Alternative Provider Medical Services (APMS) and/or(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above.The NHS in Wales, Scotland and Northern Ireland including but not limited to:— primary care services,— GPs,— pharmacies,— dentists and optometrists,— Hospital services and— community services, including those provided through community health centres and mental health services at:NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structureNHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts,

Value: 40000000
Published: 2018-11-14
Deadline: 2018-12-10
40000000 2018-11-14 2018-12-10
NHS Hambleton, Richmondshire and Whitby CCG — Extended Access to Primary Care
UK Northallerton NHS Hambleton, Richmondshire and Whitby CCG

The selection of a single provider to deliver core GP services to the patient population for the CCG within the hours described in the services specification. This will be an initial 3 year contract with an option to extend for a further 2 years.

Value: 4170000
Published: 2018-11-03
Deadline: 2018-12-10
4170000 2018-11-03 2018-12-10
Primary Care Medical Services (APMS) at Maple Surgery, Bar Hill, Cambridgeshire
UK Derby NHS Arden and GEM CSU

Primary Care Medical Services under an APMS contract at Maple Surgery, Bar Hill, Cambridgeshire. The full scope of services is detailed in the Service Specification published with the ITT documentation.The Commissioners are Cambridgeshire and Peterborough Clinical Commissioning Group (CCG) acting under delegated authority from NHS England Midlands and East (East).Payment will be based on a price per weighted patient, to be determined as part of this ITT but at a maximum of 103,91 GBP per weighted patient. For full details see tender documentation.

Value:
Published: 2018-11-03
Deadline: 2018-11-28
2018-11-03 2018-11-28
NHS Sheffield CCG: Extended Access for General Practice
UK Sheffield NHS Sheffield CCG

The Service Specification has been developed in line with the General Practice Forward View (NHS England (April 2016)) which describes the NHS’s priority for extending access to general practice in the evening and at weekends. The General Practice Forward View published in April 2016 set out plans to enable clinical commissioning groups to commission and fund additional capacity across England to ensure that, by 2020 everyone has improved access to GP services including sufficient routine appointments at evenings and weekends to meet locally determined demand, alongside effective access to out of hours and urgent care services.The development of primary care at scale is a key priority for Sheffield CCG. Improved Access is a significant element of this model, linking primary care at scale to the overall Sheffield CCG system model for urgent and emergency care. It will be crucial to ensure the integration of extended access with out of hours and urgent care services, as the model develops.National guidance requires the delivery of this extended access service to be underpinned by seven core requirements:1) Timings of appointments;2) Capacity;3) Measurement;4) Advertising and Ease of access;5) Digital;6) Inequalities;7) Effective access to wider whole system services.

Value:
Published: 2018-11-02
Deadline: 2018-11-29
2018-11-02 2018-11-29
NHS West Lancashire CCG — GP Enhanced Access Service
UK Stoke-on-Trent NHS Midlands & Lancashire CSU

NHS west Lancashire Clinical Commissioning Group (WL CCG) are commissioning a provider to deliver primary medical services under an APMS contract for its extended access service. The CCG does not currently have delegated responsibility for primary medical care therefore it should be noted that it is the intention of the CCG to use an APMS contract which will mean the Contracting Authority is NHSE. Contracts will be updated to reflect any future change in delegated responsibility. The commissioner wishes to receive responses to the Invitation to Tender (ITT) from suitably qualified and experienced providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services required. The Provider must ensure services are designed so that they are appropriate to local need(s), accessible and convenient. It is important that the services are patient-centred and responsive to the need(s) of the local population. Please see service specification for further detail. The provider will be required to identify the location of a service in suitable accommodation within the CCG footprint.

Value: 1869266
Published: 2018-10-30
Deadline: 2018-11-30
1869266 2018-10-30 2018-11-30
PRJ726P_Integrated Homeless Service
UK London National Commissioning Board (NHS England)

The Tower Hamlets vision is for a healthy and well population able to care for itself where possible, with joined up services that work together, provided around the whole person and focused on early intervention and prevention.Improving health and care outcomes for the homeless population is a key priority of Tower Hamlets CCG and the London Borough of Tower Hamlets, and both are committed to addressing the health inequalities experienced by homeless people by transforming the way in which homeless health and care is delivered locally.The current contracts for NHS Tower Hamlets Clinical Commissioning Groups (The CCG) homeless services expire in March 2019. The services (Health E1 Homeless Medical Centre, 9-11 Brick Lane, London, E1 6PU and Royal London Hospital) are being redesigned and procured to facilitate transition to a new service model, effective from April 2019.The new service is for a single, integrated, proactive and accessible homeless model of care for homeless people. It will include an APMS Primary Care Service, along with in hospital and community services, designed to cater for the needs of homeless people. The new service will be patient centred, deliver a consistently high quality service and deliver good value for money.In order to support the new model the specification has been coproduced and includes responsibility to collaborate and to promote better integration of services, particularly other homeless health and social care services.The service will be outcomes-based with a focus on the following:— improved identification of homeless patients in primary care and acute services,— increased use of planned health care,— reduction in the inappropriate use of secondary care,— delivery of effective preventative health services,— provision of safe environments that promote physical and psychological well being,— facilitation of service users to take increasing responsibility for their own health and well-being,— integration of care delivery across health, social care and homeless services through strongly managed co-ordination of services and partnership working,— support for people to access and maintain suitable accommodation, linking with existing local services including local general practice,— reduction in delayed discharge,— improvement of patient experience,— reduction of readmission to hospital within 7 and 28 days,— increased ability to manage mental health and wellbeing.The CCG (The authority) is therefore seeking to identify a suitable provider to undertake this contract. The tender process is being managed by North East London Commissioning Support Unit (NELCSU) on behalf of the Contracting Authority in connection with a competitive procurement exercise that is being conducted in accordance with a process based on the open procedure under the Public Contract Regulations 2015 (“the Regulations" (as amended)).The agreement will be for an initial term of 5 years followed by an optional extension of 5 years. Therefore the contract will have a maximum (extended) term of 10 years (120 months). The expected contract start date is 1.4.2019. The indicative annual value is 994 256 GBP (Ex VAT, per annum).Further information on the proposed structure of the contract is provided in the Memorandum of Information (MOI) documentation made available online to interested parties on the e-tendering portal.The deadline for all 3 tenders to be received is 15.10.2018 at 10:00 am.Bidders should respond to this ITT opportunity by completing the online questionnaire published on the Authority’s e-procurement portal (the “Portal") — ProContract (hosted by Proactis). All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the Portal.Bidders are required to register on the portal prior to accessing the ITT docume

Value: 9994256
Published: 2018-10-26
Deadline: 2018-11-21
9994256 2018-10-26 2018-11-21
APMS for Extended Access to Primary Care for Watford and Three Rivers Locality
UK Derby NHS Arden and GEM CSU

The General Practice Forward View sets out a requirement for Primary Care Services to be accessible between 8:00 am – 8:00 pm, 7 days a week. This has led to a national need to introduce GP Extended Access. Providers must ensure the ability for extended access to boost overall capacity and reduce demand during normal working hours, both in Primary Care and as part of a wider system approach. This service will cover all of the registered population of Watford and Three Rivers locality.As a result of this procurement exercise an agreement will be established with the successful Bidder for a period of 3 years, with a service commencement date of 1.4.2019.The estimated contract value is 1 178 046 GBP for each year, overall contract value over 3 year contract period = 3 534 138 GBP.The Contracting Authority intends to use an e-Procurement Portal in this procurement exercise.Suppliers Instructions: How to Express Interest in this Tender(i) Register and log onto the portal at https://ardengemcsu.bravosolution.co.uk(ii) Express interest by:(a) selecting response to advert and ITT (ref: itt_1035);(b) select Open Access ITT;(c) search for and access listing related to this contract and view details;(d) click on Express Interest link;(iii) Once you have expressed interest, access the My ITTs page where you can complete the questionnaire.

Value:
Published: 2018-10-12
Deadline: 2018-11-08
2018-10-12 2018-11-08
RTL-100P_Dulwich Health Centre APMS
UK London National Commissioning Board (NHS England)

NHS Southwark Clinical Commissioning Group is seeking to identify a suitable provider of Primary Care GP Services to undertake a GP contract in London for Melbourne Grove Medical Practice, Melbourne Grove, London SE22 8QN and Hambleden Clinic, Blanchedowne, London SE5 8HL based in London Borough of Southwark as a merged registered list. The registered list will relocate to the new Dulwich Health Centre, East Dulwich Grove, London SE22 8PT when completed. The Commissioner Southwark CCG is acting under delegated authority from NHS England.This is an exciting opportunity for the successful Bidder to be central to the development and delivery of services in the new Dulwich Health Centre when it opens in spring 2020. Dulwich Health Centre will be a health and wellbeing care network hub for people living in South Southwark where this APMS contract will be provided from this time. Services will run, in the first year from existing sites at Melbourne Grove Medical Practice and Hambleden Clinic as a merged registered list and thereafter services will operate from the Dulwich Health Centre.The successful Bidder will be required to provide general medical services at the addresses of the practices referred to above, using the current clinical staff and non-clinical staff, where employed, to ensure continuity of service provision for patients. The successful Bidder will also be required to ensure that the practice is managed and provides high quality general medical services in a consistent and accessible way, to meet the needs of the registered patients. This will include providing clinical leadership to the practice team at the practice and establishing robust governance processes.The Procurement process will be facilitated entirely online via The Authority's e-procurement portal (ProContract). Interested Applicants wishing to participate in the procurement must register, express an interest, and complete the online questionnaires hosted on the portal prior to the deadline for submission (12.11.2018 10:00 am). All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal. A timetable for the procurement, guidance re: process, and supplementary information relating to each contract opportunity is also available from the portal.Site visits are on 24.10.2018 from 11:00 to 2:00 pm.This Tender process is being managed by NHS NEL CSU on behalf of The Authority in connection with a competitive procurement exercise that is being conducted in accordance with a process based on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The services to which this Procurement relates fall within the "Light Touch Regime" (LTR) governing procurement of health, social, education and other service contracts. Neither the reference to "Open Procedure", "ITT", "PQQ / SQ", the use of the term "Tender process" nor any other indication shall be taken to mean that The Authority intends to hold itself bound to any of the Regulations, save those applicable to LTR provisions.The Agreement will be for an initial term of 5 years followed by an optional extension of 5 years. Therefore the contract will have a maximum (extended) term of 10 years (120 months). The expected contract start date is 1.4.2019. The indicative annual contract value, based on a weighted patient list of 11 393 is 1 259 353 GBP (Ex VAT, per annum).Bidders are also to note that information relating to this procurement is provided in good faith, and may be subject to amendment by The Authority.The Authority reserves the right not to award the contract.

Value:
Published: 2018-10-12
Deadline: 2018-11-12
2018-10-12 2018-11-12
RTL-095P APMS Homeless Service Contract and London APMS GP Contract
UK London National Commissioning Board (NHS England)

Lot 1:City and Hackney is reprocuring its existing homeless GP practice (19 Tudor Rd, London E9 7SN) on a new specification informed by the London Healthy Homeless Project. The current contract expires 31.3.2019 and the new contract will run until 31.3.2024 with an option to extend for a further 5 years.The indicative annual value of the contract will be in the region of:— Lot 1: 491 050 GBP (Ex VAT, per annum).

Value: 9602920
Published: 2018-10-12
Deadline: 2018-10-15
9602920 2018-10-12 2018-10-15
Provision of APMS Contract for Community Health Centre (CHC) GP Practice
UK Stoke on Trent NHS Midlands & Lancashire CSU

The key objective of this procurement process is to ensure that the successful service provider can meet the service specification.The Provider must ensure services are appropriate to local needs, access and convenience are important aspects of a patient-centred service but it is also vital that the services are appropriate and responsive to the needs of the local population.The Provider will need to design the services around the needs of patients and their carer’s. To deliver a patient-centred service, the Provider will need to engage patients in the design and development of the services. Please see service specification for further detail.

Value: 5000000
Published: 2018-09-26
Deadline: 2018-10-22
5000000 2018-09-26 2018-10-22
APMS for Homeless Service and Asylum Seeker and Refugee Service for Coventry
UK Coventry NHS England

The contract arising from this procurement will be between the successful Provider and NHS England (National Health Service Commissioning Board) and NHS Coventry and Rugby CCG as delegated Commissioners on behalf of NHS England.As a result of this procurement exercise an agreement will be established with the successful Bidder for a period of 4 years and 11 months, with a service commencement date of 1.4.2018. TUPE will be applicable to this contract.The Commissioners are commissioning a service primarily aimed at and meeting the needs of patients that are defined as Homeless (vulnerably housed), Asylum Seekers and Refugees within a practice setting. Bidders should be able to demonstrate that they have a full understanding of the patients’ needs and that they are aware of key challenges that impact such vulnerable patient groups and can demonstrate that they are able to keep abreast of emerging issues i.e. such as legal, medical or social that is pertinent to this population.The Commissioners require one Service Provider to deliver both services. The successful Bidder will be awarded one APMS contract for the provision of primary medical services for both services.The Contracting Authority intends to use an e-Procurement Portal in this procurement exercise.i) Register and log onto the portal at https://ardengemcsu.bravosolution.co.ukii) Express interest by:a) selecting response to advert and ITT (ref: itt_1033);b) select Open Access ITT;c) search for and access listing related to this contract and view details;d) click on Express Interest link;iii) Once you have expressed interest, access the My ITTs page where you can complete the ITT questionnaire.

Value:
Published: 2018-09-20
Deadline: 2018-10-22
2018-09-20 2018-10-22
Primary Care Medical Services (APMS) at The Village Medical Centre, Great Denham, Bedford
UK Derby NHS Arden and GEM CSU

Primary Care Medical Services under an APMS contract. The full scope of services is detailed in the Service Specification published with the ITT documentation. The contract value will be based on a payment of Global Sum + 20 % (106,75 GBP) per weighted patient for years 1-5, Global Sum + 10 % years 6-10 and Global Sum + 5 % years 11-15. Additional payments will be made for Enhanced Services and QOF. The list size as at 1.7.2018 is 8415 raw, 7016.21 weighted. Transitional funding is available in year 1 only. For full details see tender documentation.

Value:
Published: 2018-09-15
Deadline: 2018-10-04
2018-09-15 2018-10-04
Lindley Medical Practice APMS
UK Manchester Greater Manchester Health and Social Care Partnership

North of England Commissioning Support (NECS) is a commissioning support service hosted by NHS England and is managing this procurement process for and on behalf of NHS England North (Greater Manchester Health and Social Care Partnership) (the Contracting Authority) under devolved responsibility and NHS Oldham Clinical Commission Group (the Commissioner) under co-commissioning delegated responsibility.This tender opportunity is for the provision of Alternative Provider Medical Services (APMS) at the Lindley Medical Centre and the contract term will be for an initial period of 5 years commencing 1.4.2019 with the option to extend the contract by a further period of 5 years at the discretion of the Contracting Authority and subject to satisfactory contractual and financial performance.Further information and tender documentation can be obtained via: https://www.proactisplaza.com/SupplierPortal/?CID=NECS hosted by Proactis. The basic principles of the open procedure will be followed for this procurement to test capacity, capability and technical competence of bidders in accordance with the Public Contracts Regulations 2015. "Under the Public Services (Social Value Act 2012) Contracting Authorities must consider: (a) How what is proposed to be procured might improve the economic, social and environmental well-being of the area where they exercise their functions; and (b) How in conducting the process of procurement they might act with a view to securing that improvement". Accordingly, the subject matter of the contracts has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social and environmental well-being.

Value: 2417351
Published: 2018-09-11
Deadline: 2018-10-10
2417351 2018-09-11 2018-10-10
Procurement of Primary Medical Services at North Colchester Health Centre
UK Cochester North East Essex Clinical Commissioning Group

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.

Value: 4989654
Published: 2018-09-08
Deadline: 2018-10-24
4989654 2018-09-08 2018-10-24
Procurement for the Provision of APMS Primary Care on behalf of Medway CCG
UK Chatham NHS Medway Clinical Commissioning Group

NHS Medway Clinical Commissioning Group (the Commissioner) is seeking a provider for Primary medical services to provide the full range of primary medical services at the below practices from 1.4.2019:— Balmoral: Gillingham HLC and Twydall, list size: 6775,— Boots Pentagon: Chatham, list size: 8193,— St Marys Island: Chatham, list size: 3606,— Sunlight Centre: Gillingham, list size: 7208.Services are delivered on 5 sites as Balmoral have a branch site in Twydall serving a population of around 1 200 included in their list size.The Commissioner is seeking to contract with a single provider serving approximately 25 000 patients with room to grow their practice list which will enable that practice to be able to commission services at scale. In addition it is proposed that the new provider will have a practice boundary of the whole of Medway, thus affording patients from anywhere in Medway to be able to access excellent quality of service provision reducing health inequalities across Medway.The Commissioner is looking for a patient-centred approach to care delivery that is user friendly and culturally sensitive and encompasses national and local public health targets. The Commissioner is 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 and using digital channels to provide health care online consultations.The full scope of the service can be found in the service specification available at https://in-tendhost.co.uk/scwcsu/aspx/Home The contract period will be an initial 3 years with the option to extend by up to a further 1 year.Based on current patient list and scope of services the annual contract value is 3 802 000 GBP per annum (including QOF, Premises, Enhanced services excluding set-up costs). 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. From 2019/20 an inflation uplift will be payable on the Monthly variable payment in accordance with the nationally negotiated uplift for APMS contracts. The total value including all options, set-up costs and possible extensions is 15 308 000,00 GBP.The closing date for first stage submissions is the 21.9.2018; full details including criteria for award are made available at https://in-tendhost.co.uk/scwcsu/aspx/HomeThis procurement is being carried out by NHS South, Central and West Commissioning support unit (SCW) on behalf of the Commissioners.

Value: 15308000
Published: 2018-09-06
Deadline: 2018-09-21
15308000 2018-09-06 2018-09-21
APMS Contracts for the delivery of Primary Care Medical services
UK London NHS Arden and GEM CSU

To provide primary care medical services under an Alternative Provider Medical Services (APMS) contract for Shotgate Surgery's registered patient population.

Value: 5885170
Published: 2018-07-05
Deadline: 2018-07-26
5885170 2018-07-05 2018-07-26
GP Services (APMS) for: Lot 1: Rugeley, Springfields and Armitage, Lot 2: Sandy Lane Surgery, Rugele
UK Derby NHS Arden and GEM CSU

NHS England is seeking to identify a provider(s) who will deliver GP Services for patients in Rugeley, Springfields and Armitage under an Alternative Primary Medical Services (APMS) contract only (one separate APMS Contract per lot). The successful Bidder will need to demonstrate that they can deliver service(s) of a continuously high-quality and will be responsive to the needs of the local population. The Provider will be assessed on an on-going basis to ensure they deliver the quality required.The services must be provided by GPs, nurses and other practice staff. The Provider will be expected to:— Provide primary care services which will be accessible, convenient and responsive,— Design services around the needs of patients and carers, ensuring they are offered more choice and have a greater say in their treatment,— Have processes in place to evaluate and continually improve on patient satisfaction,— Have processes in place to engage effectively with the local communities,— Participate in Quality and Outcomes Framework (QOF),— Be eligible for and expected to provide all Enhanced Services, remunerated in line with the relevant Directions as specified by the commissioner on an annual basis,— Promotion of healthy living with the aim of tackling the underlying causes of ill health.As a result of this procurement exercise an agreement for Lot 1 will be established with the successful Bidder(s) for a period of 10 years [with the Commissioner having the option to extend the Contract for up to a further 5 years].The current contract for Lot 1 — The Horsefair Practice, (Sandy Lane Health Centre Rugeley, Springfield Health and Wellbeing Centre Rugeley and Armitage) will end 31.3.2019 and as a result the successful Bidder(s) is expected to be fully operational by April 2019.The maximum contract value is based on the weighted list sizes as at 1.4.2018, it is anticipated that the service provision resultant of this procurement will have a maximum annual agreement value as below:— Lot 1: circa 1 107 275,90 GBP per annum (at 87,92 GBP per weighted patient based on April 2018 weighted patient list size of 12 594,13) excluding V.A.TAdditional income can be earned from the Quality Outcomes Framework payment and Enhanced Services Payments.It is envisaged that TUPE will apply.The contracting Authority intends to use the eTendering system in this procurement exercise. Please see “Additional text” below on how to register.Please note the deadline to express an interest and request documents is 12:00 noon, 24.7.2018.Completed bids must be submitted by 12:00 noon, 1.8.2018.

Value:
Published: 2018-07-05
Deadline: 2018-07-24
2018-07-05 2018-07-24
APMS Contracts for the delivery of Primary Care Medical services
UK Chelmsford NHS England

To provide primary care medical services under an Alternative Provider Medical Services (APMS) contract for Shotgate Surgery's registered patient population.

Value: 5885170
Published: 2018-07-03
Deadline: 2018-07-26
5885170 2018-07-03 2018-07-26
Swindon CCG — Primary Care Extended Access and Out of Hours GP Services
UK Swindon NHS Swindon CCG

Swindon Clinical Commissioning Group (CCG) seeks to commission a Primary Care Extended Access and GP Out of Hours Service to all registered patients with Swindon and Shrivenham practices and those patients who have temporary residence within the geographic boundaries. The procurement is driven by the need to re-commission both services as they reach the end of their current contracts. The extended access model will be in addition and support to those services currently in place with local GP practices and will be based on the on the national requirements. The inclusion of online and consultation services may be included within the procurement to empower patients and make it easier for clinician to deliver high quality care whilst improving access. The GP Out of Hours service is to provide urgent clinical care outside of normal GP surgery hours. In 2016 Swindon as part of a Bath and North East Somerset; Swindon and Wiltshire Clinical Commissioning Group collaboration took part in the commissioning of Integrated Urgent Care Services. Swindon CCG elected not to re-commission it’s Out of Hours requirement as part of that exercise, but instead to undertake a separate process with its additional Extended Access requirement. Bidders should note the requirement to work closely with the provider of the aforementioned Integrated Urgent Care Service across the BSW region in any contract let through this process. Swindon Clinical Commissioning Group is looking for services to be delivered in an innovative way that meets the needs of the local population now and throughout the contract period. Swindon CCG expects the service provider to engage with the public and professionals on a regular basis and in agreement with commissioners evolve the service over the contract lifetime. The service needs to work in an integrated manner with other service providers to offer a seamless experience across the health care system, particularly from a patient's view point. Contracts will be for an initial term of 60 months with a possible extension of any period up to a further 60 months, as defined and at the discretion of the Commissioner. Services are planned to commence from 1.4.2019. The total indicative budget available is 3 500 000 GBP to 4 000 000 GBP per annum. This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners, through the In-Tend e-procurement system (https://in-tendhost.co.uk/scwcsu/aspx/Home) from where full information can be accessed.

Value: 40000000
Published: 2018-06-11
Deadline: 2018-07-05
40000000 2018-06-11 2018-07-05
Procurement of a GP Extended Access and a GP Out of Hours services in Northamptonshire
UK Northampton NEL Commissioning Support Unit

Extended access will support GPs to meet rising population demands with additional clinical capacity beyond core hours (8:00am to 18:30pm Monday to Friday). In addition, the service aims to achieve a positive impact upon patient flow in other service areas, including urgent and unplanned care settings, attributable to patients who cite they are ‘unable to access’ GP appointments, and increasingly meet people’s needs in lower acuity settings, including self-care.This service aims to stimulate innovative ways of increasing seamless access and capacity to routine and same day to primary care services 7 day service, 365 days a year, including bank holidays. It should provide sufficient routine appointments at evenings and weekends to meet locally determined demand alongside effective access to urgent care services. The core purpose being the stabilisation and sustainability of general practice.The additional consultation capacity minutes calculated for improved access are in addition to the NHS England Extended Hours Directed Enhanced Service (DES) requirements. Across the Nene CCG footprint 54 practices provide services outside the normal contracted hours as part of the Extended Hours Directed Enhanced Service (DES). This service provides access for patients who are only registered at that practice, who require routine GP appointments outside normal surgery hours allowing them to attend at a time that is more convenient for them. The DES is managed by NHS England and the hours worked under this will not contribute to the hours required to meet the 7 day working requirements associated with this service specification.The Service must:— be clinically safe,— provide value for money,— be sustainable,— make the best use of and develop the skills of the workforce,— develop local clinical engagement,— reduce unnecessary attendances to acute providers of emergency care,— work collaboratively with the Northamptonshire urgent care system/ partner organisations,— not increase pressure on the ambulance service,— be innovative,— not increase pressure on in-hours GP services,— seek to align protocols where appropriate to do so.

Value: 25406276
Published: 2018-05-23
Deadline: 2018-06-15
25406276 2018-05-23 2018-06-15
JFC7a/00039 Provision of general practitioner and occupational health services to wattisham airfield
UK Glasgow Ministry of Defence

The Authority has a requirement to provide Primary Health Care (PHC), General Practitioner (GP) and Military Occupational Health Services for Service personnel assigned or attached to Wattisham Station. The Population At Risk (PAR) is approximately 1600. The requirement includes the provision of GP and Military Occupational Health Services to Service personnel both by working as part of a Defence Primary Healthcare (DPHC) team at the DPHC Medical Centre, Wattisham Station and by providing support in the form of availability for supply of telephone advice and a facility for same day appointments from the Contractor's own CQC registered premises, which must be reachable by road from Wattisham Station within 30 minutes. The service, provided by the Contractor, shall consist of several elements:General medical services, including:— General Practice / Acute Primary Health Care,— Military Occupational Health Services,— Preventative medicine services (immunisation and screening),— Chronic disease management,— Mental health screening and stress management,— Sexual health screening, education and counselling services.Provide health promotion advice to patients in line with current practice.When in barracks, provide pre-hospital emergency care and treatment of life and limb threatening conditions within the Medical Centre, pending arrival of emergency services. OOH GP services are not part of this requirement.Individual elements of the GP service may be subcontracted but all elements must, separately and together, meet the access and performance criteria laid by the Authority and the prime Contractor remains responsible for the quality and governance of services provided and all costs of any subcontracting.The Contractor and all premises used to deliver services shall be registered with the Care Quality Commission. All healthcare professionals involved in delivering the service shall be appropriately qualified, indemnified and fully registered, licensed and certified, without restrictions, with the relevant UK Health and Social Care Regulator. Where registration for a group of health care providers is voluntary, any provider delivering services as past of this requirement shall be registered as if this were a statutory obligation. General Medical Practitioners shall appear on the Performers List of the appropriate Clinical Commissioning Groups (CCG). The successful provider shall ideally have a working knowledge of military medical policy, procedures and terminology.The Contractor shall provide services on weekdays, (Monday to Friday, excluding Bank and other Public Holidays) at the DPHC Medical Centre from 8:00 until 13:00. From 13:00 until 18:30, it must be possible for entitled personnel to obtain appointments at the Contractor's premises for urgent non-emergency care. OOH care is outwith the scope of this Contract, although the Contractor shall be expected to participate in interfacing with the OOH service, as appropriate in individual cases.Contract Duration is for 3 years, from 1.8.2018 until 31.7.2021, with options to extend this provision for up to 2 further years (at the Authority's discretion).Tender Return: 17.5.2018 at 10:00. Requirement is published under PCR 2015 Open Procedure. No electronic tenders.

Value: 483000
Published: 2018-04-13
Deadline: 2018-05-17
483000 2018-04-13 2018-05-17
RTL093P — London APMS GP Contracts (T6)
UK London NHS England

Contract start date: 1.10.2018. See ITT documents for further details on specification.

Value: 110000000
Published: 2018-04-12
Deadline: 2018-05-14
110000000 2018-04-12 2018-05-14
NHS Southport and Formby CCG — GP Enhanced Access
UK Stoke on Trent NHS Midlands & Lancashire CSU

NHS Southport and Formby Clinical commissioning group (S&F CCG) are commissioning a provider to deliver primary medical services under an APMS contract for its enhanced access service.

Value: 6960000
Published: 2018-03-28
Deadline: 2018-05-04
6960000 2018-03-28 2018-05-04
NHS South Sefton CCG - GP Enhanced Access
UK Stoke-on-Trent NHS Midlands & Lancashire CSU

NHS South Sefton Clinical Commissioning Group (SS CCG) are commissioning a provider to deliver primary medical services under an APMS contract for its enhanced access service.

Value: 9285000
Published: 2018-03-28
Deadline: 2018-05-04
9285000 2018-03-28 2018-05-04
Provision of APMS Services for Brownsover Medical Centre, Bow Fell, Rugby
UK Derby NHS Arden and GEM CSU

AGCSU is managing this Procurement in accordance with the Public Contracts Regulations 2015 (the “Regulations). This procurement will be conducted by AGCSU on behalf of NHS England, Midlands and East (West Midlands) and NHS Coventry and Rugby CCG (referred to as the Commissioners).The Provider must provide Primary Medical Care Services including all essential services, additional services and the full range of Directed Enhanced Services, to all patients registered with the practice at the point of service commencement.As a result of this procurement exercise an agreement will be established with the Preferred Bidder for a period of 5 years. There is no contract extension aligned to this service. It is envisaged that TUPE will apply to this contract.The contract value over the contract period will be: Year 1 515 301 GBP, Year 2 582 514 GBP, Year 3 690 055 GBP, Year 4 788 634 GBP, Year 5 896 175 GBP.Total Contract Value (5 Years) 3 372 679 GBP..The Invitation to Tender (ITT) documentation will be available from 22.3.2018 via:https://ardengemcsu.bravosolution.co.uk/web/login.html.All completed bids must be submitted by 10:00 am on 23.4.2018. No late bids will be accepted.The ITT reference for this tender is itt_926. The opportunity notices will be located on the following websites:https://www.contractsfinder.service.gov.uk/Searchhttp://ted.europa.eu/TED/main/HomePage.do

Value:
Published: 2018-03-24
Deadline: 2018-04-23
2018-03-24 2018-04-23
New Cross Surgery, and Middleton Park Surgery - APMS
UK Leeds NHS England

It is anticipated that the NHS Commissioning Board, in exercise of the powers conferred upon it by section 14I of the National Health Service Act 2006 will approve the dissolution of NHS Leeds North CCG, NHS Leeds South and East CCG and NHS Leeds West CCG to create a new clinical commissioning group NHS Leeds CCG on 01 April 2018 with ODS code 15F whose registered office will be at Suites B5-B9 WIRA Business Park, West Park Ring Road, Leeds, LS16 6EB.Any claims, demands, liabilities, rights, and obligations arising out of or in connection with the above CCGs prior to the Transfer Date will transfer to the NHS Leeds CCG as from the Transfer Date.This procurement is for Alternative Provider Medical Services for New Cross Surgery (List size 5,988), and Middleton Park Surgery (List size 4,703). The financial information for this procurement is based upon a total List Size as of October 2017 of 10,691 at 85,15 GBP per patient for Core Service.The price per patient assumes a national uplift of 5 % or 4 GBP per patient estimated on uplifts over the last 2 years. The price per patient shown is after Out of Hours deductions. The final contract value will be based on the national uplift regardless of whether it is more or less than the assumed value.QOF Aspirational Payments = 123 099 GBP per annum.QOF aspirational payments will be made in conjunction with achievement in 2018/19, reconciliation of total QOF 2019/20 will be made in line with national QOF arrangements.CCG Enhanced Services = 39 784 GBP per annum.Quality Incentive Scheme = 106 910 GBP per annum.Transitional Funding Year 1 = 350 000 GBP.Transitional Funding Year 2 = 150 000 GBP.Note these costs will be worked through to assess what value is required with no further transitional funding in years 3, 4, and 5 of the contract. Funding for transitional costs will be released following receipt of supporting evidence from the successful bidder for costs incurred and will not exceed the stated funding cap.Tender documentation will be available as from 12:00 noon on 23.3.2018 and the closing date for tender returns is 12:00 noon on 24.4.2018.

Value: 5900660
Published: 2018-03-22
Deadline: 2018-04-24
5900660 2018-03-22 2018-04-24
Provision of APMS GP services for Lot 1 – Walsall Town, Lot 2 – Harden / Blakenall, Lot 3 – Keys Med
UK Derby NHS Arden and GEM CSU

Lot 1 — Walsall Town at 1 Forrester Street, Walsall, West Midlands, WS2 9PL.AGCSU is managing this Procurement in accordance with the Public Contracts Regulations 2015 (the “Regulations”).The provision of the services will enable the Commissioners to improve Primary Care Services in relation to primary care access, provide care closer to home, improve patient experience, promotion of health and well-being and early intervention and prevention. Improving patient outcomes are focal points of the procurement of healthcare services within NHS Walsall CCG.As a result of this procurement exercise an agreement will be established with the successful Bidders for a period of 5 years, with the Commissioner having the option to extend for up to a further 5 years, (subject to NHS England internal approval) the contract extension will be subject to a review of the delivery and performance of the contract with a service commencement date of 1 .7.2018. It is envisaged that TUPE will apply to this contract. The indicative annual contract value for year 1 and all subsequent years to year 10 is 986 000 GBP per annum.The Invitation to Tender (ITT) documentation is live as from 12.3.2018 via:https://ardengemcsu.bravosolution.co.uk/web/login.html.All completed bids must be submitted by 10:00 am on 20.4.2018.The ITT reference for this tender is itt_940. The opportunity notices will be located on the following websites:https://www.contractsfinder.service.gov.uk/Searchhttp://ted.europa.eu/TED/main/HomePage.do

Value:
Published: 2018-03-15
Deadline: 2018-03-19
2018-03-15 2018-03-19
NHS Highland GP Desktop and Server support
UK Inverness NHS Highland

NHS Highland health board wish to award a contract to one supplier to provide IT support services for the following.General medical practices’ services.IT services are required for desktop, server and network support co-ordinated through a helpdesk to meet the requirements of a service level agreement. The supplier will be required to provide pro-active technical advice to NHS Highland regarding technical infrastructure and issues arising from use of the infrastructure and general medical practices’ clinical systems. The helpdesk services should include the ability to act as a single helpdesk point for any computer issue including those not supported by this contract.Other orderable services:— Provision of a service to securely collect and dispose of IT equipment,— Provision of desktop installation services,— Provision of data verification services,— Provision of warehousing and delivery services.Managed sector (Non GP) services.Server maintenance for NHS Highland’s server estate (including handling warranty calls). Helpdesk cover for the logging of calls associated with the NHS Highland server estate.Optional items – Managed sector (Non GP) services.— Provision of out of hours cover to the NHS Highland server estate,— Provision of an on-demand helpdesk service to complement the existing in house helpdesk system,— Provision of an on-demand desktop installation service to complement the existing in house provision,— Provision of an on-demand 1st/2nd line support service to complement the existing in house provision.

Value: 2500000
Published: 2018-03-13
Deadline: 2018-04-09
2500000 2018-03-13 2018-04-09
GP at Hand Independent Evaluation on behalf of NHS Hammersmith & Fulham CCG
UK London NHS Hammersmith and Fulham CCG

The app enables patients to access GP services 24/7, at short notice, via a virtual appointment using video conferencing and voice calls on a smartphone. Patients can also access symptom-checker services (driven by Babylon’s Artificial Intelligence tool) and health monitoring software. If patients need a face-to-face appointment they can access in-person services in one of GP at Hand’s 6 London-based sites. All patients accessing the service de-register from their previous NHS practice, and register with GP at Hand.The service takes advantage of the National GP Choice policy to allow patients from across London to register with the service, with plans to expand the service nationwide. There are some limitations put on registrations from people with more complex care needs, who might need greater continuity of care, and more face-to-face support – with NHS England’s clinical review recommending that those individuals seek advice before registering.

Value: 250000
Published: 2018-03-07
Deadline: 2018-04-05
250000 2018-03-07 2018-04-05
Integrated Urgent Care Services for Kent & Medway
UK Tonbridge NHS North Kent and West Kent CCGs

The Integrated Urgent Care 111/CAS service is free to call through NHS 111 and is available 24 hours a day, 7 days a week, 365 days a year (including leap days) to respond to the population of Kent and Medway with a personalised contact and clinical assessment service for patients who:— Need medical help fast, but it’s not a 999 emergency;— don’t know who to call for medical help;— are unsure if they need to go to A&E or another NHS Urgent Care service;— need health information or reassurance about what to do next; or.— require continuity of care when in hours GP services are closed.The 111/CAS service includes a clinical assessment service to ‘consult and complete’ and to provide advice to Healthcare professionals. It must meet the national Integrated Urgent Care specification.

Value:
Published: 2018-02-27
Deadline: 2018-03-27
2018-02-27 2018-03-27
Your Alerts:

Related articles...

Made by Statuo