Contract

NHSE915 Leasowe Medical Practice Alternative Provider Medical Services, including Special Allocation Scheme

  • NHS Cheshire and Merseyside Integrated Care Board (ICB)

F03: Contract award notice

Notice identifier: 2025/S 000-048974

Procurement identifier (OCID): ocds-h6vhtk-04837d (view related notices)

Published 15 August 2025, 8:44am



Section one: Contracting authority

one.1) Name and addresses

NHS Cheshire and Merseyside Integrated Care Board (ICB)

No 1 Lakeside, 920 Centre Park Square

Warrington

WA1 1QY

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

Region code

UKD - North West (England)

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.england.nhs.uk/publication/nhs-cheshire-and-merseyside-icb/

Buyer's address

https://atamis-1928.my.site.com/s/Welcome

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

NHSE915 Leasowe Medical Practice Alternative Provider Medical Services, including Special Allocation Scheme

Reference number

NHSE915

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

This is an INTENTION TO AWARD Notice following The Health Care Services (Provider Selection Regime) Regulations 2023 - Competitive Process.

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS Cheshire and Merseyside ICB (the Relevant Authority) who have undertaken a competition process to provide Leasowe Medical Practice Alternative Provider Medical Services, including Special Allocation Scheme.

Contract Start Date: 01 April 2026

Contract End Date: 31 March 2036

The contract term is for an initial period of 4 years, with an option to extend for a further 3 years, plus the option to extend for an additional 3 years, at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,372,990

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKD7 - Merseyside
Main site or place of performance

Leasowe Medical Practice, Hudson Road, Wirral, CH46 2QQ.

two.2.4) Description of the procurement

This is an INTENTION TO AWARD Notice following The Health Care Services (Provider Selection Regime) Regulations 2023 - Competitive Process.

This is an intention to award notice to advise that the relevant authority intends to award a contract under a competitive process under the Health Care Services (Provider Selection Regime) regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award.

This intention to award notice is in relation to: Leasowe Medical Practice Alternative Provider Medical Services, including Special Allocation Scheme.

Leasowe Medical Centre is a general practice managed by an Alternative Provider Medical Services (APMS) contract. The contract will deliver primary medical services to the registered patients of Leasowe Medical Practice. This will cover the essential and additional primary medical services as specified in the General Medical Services (GMS) contract to ensure consistency in core care provision, in addition to any enhanced services detailed within the APMS specification. The Provider will deliver the Special Allocation Scheme as part of this APMS specification and will also have voluntary access to sign up to local incentive schemes as commissioned by the commissioner.

Contract Start Date: 01 April 2026

Contract End Date: 31 March 2036

The contract term is for an initial period of 4 years, with an option to extend for a further 3 years, plus the option to extend for an additional 3 years, at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

NHS Cheshire and Merseyside ICB has a set price of £112.50 for the Capitation Payments per weighted patient. This amount will be reduced by 4.75% to account for the Out of Hours opt-outs resulting in a net price per weighted patient of £107.16. This capitation payment is designed to cover the Essential & Additional Services element of the contract as per the NHS (General Medical Services Contracts) Regulations.

Quality and Outcomes Framework (QOF) will be paid under the same arrangements as GMS Practices. The ICB has pre-populated the estimated revenue for QOF based on the 2024/25 price per point, the practices list size and the National Average list size as of 1st January 2025. The calculation assumes full achievement of 635 points.

Therefore, the estimated revenue for Year 1 is £339,549 per annum, and £337,048 per annum for Years 2-10 of the contract. The total revenues for the full 10 year contract term are £3,372,990.

This is an Existing Service and a new provider.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 20

Quality criterion - Name: Integration and Collaboration / Weighting: 25

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 20

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Performance Management / Weighting: 5

Quality criterion - Name: Mobilisation / Weighting: 5

Quality criterion - Name: Business Continuity / Weighting: 5

Cost criterion - Name: Finance / Weighting: 10

two.2.11) Information about options

Options: Yes

Description of options

The contract term is for an initial period of 4 years, with an option to extend for a further 3 years, plus the option to extend for an additional 3 years, at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

two.2.14) Additional information

Please note: The contract notice referenced in Section IV.2.1 is incorrect for this service. Due to an administrative error, the correct notice cannot be linked directly. The correct contract notice for NHSE915 - Leasowe Medical Practice APMS and Special Allocation Scheme is 2025/S 000-011939.


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-029313

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Title

Leasowe Medical Practice Alternative Provider Medical Services, including Special Allocation Scheme.

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

14 August 2025

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

One Wirral CIC

2 Oxton Road

Birkenhead

CH41 2QJ

Country

United Kingdom

NUTS code
  • UKD7 - Merseyside
Company Registration - Third Sector Organisation

12352763

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,372,990

Total value of the contract/lot: £3,372,990


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and/ or Public Contracts Regulations 2015 do not apply to this award.

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. A contract will not be awarded until after the 9th working day following standstill. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on 28 August 2025. Any representations should be sent via the Atamis messaging portal and/or via email to necsu.neprocurement@nhs.net .

The individuals making the award decision are:

• NHS Cheshire and Merseyside ICB (NHS C&M ICB) Wirral Place Leadership Team;

• NHS C&M ICB Wirral Place Primary Care Group;

• NHS C&M ICB System Primary Care Committee;

• Senior Partnerships and Transformation Manager - Primary Care, NHS C&M ICB (Wirral Place);

• Principal Partnerships and Transformation Manager - Primary Care, NHS C&M ICB (Wirral Place);

• Chief Executive Officer, Healthwatch Wirral;

• Clinical Director, NHS C&M ICB (Wirral Place);

• Deputy Chief Pharmacist, NHS C&M ICB;

• Head of Digital Operations NHS C&M ICB;

• Head of Data Protection & Information Governance, MIAA;

• Head of Finance, NHS C&M ICB (Wirral Place).

Conflicts of interest were completed by all involved in the process.

There was a conflict of interest identified regarding the Clinical Lead for Planned Care, NHS C&M ICB (Wirral Place). A mitigating action was taken, and they were removed from the evaluation process.

There was a potential conflict of interest identified regarding the Clinical Director, NHS C&M ICB (Wirral Place). This was reviewed once the competition had closed and it was agreed the individual had no actual conflicts with the providers who submitted a competition response.

There were no further conflicts of interest identified.

The scoring criteria for the Basic Selection Criteria Questions were either evaluated as Pass/Fail or For Information.

The Relevant Authority considered the five key criteria against the service requirements and determined the relative importance of each, as outlined below and detailed within in the provider response documentation.

Quality and Innovation - 20%

Value (Finance) - 10%

Integration, Collaboration and Service Sustainability - 25%

Improving Access, Reducing Health Inequalities and Facilitating Choice - 20%

Social Value - 10%.

The Relevant Authority considered the key criteria in relation to the service requirements and documented the assessment. The Relevant Authority considered each key criterion against the service requirements and recorded its relative importance. The Relevant Authority assigned a "Relative Importance" score to each key criterion, producing a total score to guide commissioners on the appropriate weightings. This process supported the mapping of the five key criteria to the competition questions.

The successful provider was selected based on offering the most advantageous Provider response by scoring the highest combined score for quality and finance (5 key criteria), evaluated against the published evaluation criteria as detailed within the provider response documentation. As a result, they are the recommended provider and it is the Relevant Authority's intention to award a contract, following completion of the standstill period.

six.4) Procedures for review

six.4.1) Review body

NHS Cheshire and Merseyside ICB

Warrington

Email

necsu.psrprocurement@nhs.net

Country

United Kingdom