Section one: Contracting authority
one.1) Name and addresses
NHS Midlands and Lancashire CSU
Heron House, 120 Grove Road
Stoke on Trent
ST4 4LX
Telephone
+44 782872500
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://mlcsu.bravosolution.co.uk
one.1) Name and addresses
NHS West Leicestershire Clinical Commissioning Group
56 Woodgate, Loughborough LE11 2TZ
Loughborough
LE11 2TZ
enquiries@westleicestershireccg.nhs.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.westleicestershireccg.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://mlcsu.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://mlcsu.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PROVISION OF AN ALTERNATIVE PROVIDER OF MEDICAL SERVICES (APMS) CONTRACT FOR NHS WEST LEICESTERSHIRE CLINICAL COMMISSIONING GROUP
two.1.2) Main CPV code
- 85120000 - Medical practice and related services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS West Leicestershire Clinical Commissioning Group (WL CCG) is seeking to commission a provider to deliver medical services at Thurmaston Health Centre, Leicestershire under an Alternative Provider of Medical Services contract from the 1st of October 2021 for a weighted population of 6,703 patients. The current contract is operating under caretaker arrangements that are due to expire on the 30th of September 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.
This new procurement process (launched in May 2021) is entirely separate to a recent abandoned procurement for these services, and all Bids received will be considered entirely independently of all proceedings associated with the previous procedure.
The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice.
The Commissioner 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 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 Commissioner’s request. The contract start date is 1st of October 2021.
The contract value for this service is variable, and estimated to be £938,513 at 2021/22 prices, and up to a total £9.39m over the potential 10-years of the contract (including extensions). Please note that the Commissioner will reject bids that do not meet the sustainability test (as defined in the ITT Annex 7, paragraph 1.4).
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 12th May 2021 on the ML CSU Bravo portal (see below) and it will have a deadline for submissions of 12:00 noon on 9th June 2021.
Bidder clarifications may be submitted to the Commissioner (via the ML CSU Bravo portal only) during the procurement process up to 17:00 on 2nd June 2021.
We recommend current providers of similar services, providers who may be interested in providing this service, or other stakeholders who may have an interest in providing this to register on the MLCSU eProcurement portal
two.1.5) Estimated total value
Value excluding VAT: £9,390,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The aim of the service is to deliver all essential, additional and enhanced primary care services to all registered patients at the practice.
The Commissioner 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
Possibility of extending the term by up to another 5 years beyond the initial contracted term of 5 years at the Commissioner’s request.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This procurement is for Social and other specific services which are Light Touch Regime services for the purpose of the Public Contracts Regulations 2015 as specified in Schedule 3 of the Regulations ('Regulations') http://www.legislation.gov.uk/uksi/2015/102/schedule/3/made
Accordingly, the Contracting Authority is only bound by those parts of the Regulations detailed in Chapter 3 Particular Proc
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 June 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30 September 2021
four.2.7) Conditions for opening of tenders
Date
9 June 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS West Leicestershire Clinical Commissioning Group
56 Woodgate, Loughborough LE11 2TZ
Loughborough
LE11 2TZ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHS West Leicestershire Clinical Commissioning Group
56 Woodgate, Loughborough LE11 2TZ
Loughborough
LE11 2TZ
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
NHS West Leicestershire Clinical Commissioning Group
56 Woodgate, Loughborough LE11 2TZ
Loughborough
LE11 2TZ
Country
United Kingdom