Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Provision of an Alternative Provider of Medical Services (APMS) Contract for NHS West Leicestershire Clinical Commissioning Group

  • Cyhoeddwyd gyntaf: 30 Medi 2020
  • Wedi'i addasu ddiwethaf: 30 Medi 2020
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
NHS Midlands and Lancashire CSU
ID Awudurdod:
AA78408
Dyddiad cyhoeddi:
30 Medi 2020
Dyddiad Cau:
02 Tachwedd 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

NHS Midlands and Lancashire CSU

Heron House, 120 Grove Road

Stoke on Trent

ST4 4LX

UK

Ffôn: +44 782872500

E-bost: paulo.cabral@nhs.net

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://mlcsu.bravosolution.co.uk

I.3) Cyfathrebu

Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:

https://mlcsu.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://mlcsu.bravosolution.co.uk


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Provision of an Alternative Provider of Medical Services (APMS) Contract for NHS West Leicestershire Clinical Commissioning Group

II.1.2) Prif god CPV

85120000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 9 311 400.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

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 process up to a week before the ITT deadline on 26 October 2020.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 01/04/2021

Diwedd: 31/03/2025

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

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.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 02/11/2020

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 31/12/2020

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 02/11/2020

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.3) Gwybodaeth ychwanegol

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 Procurement Regimes Section 7 http://www.legislation.gov.uk/uksi/2015/102/part/2/chapter/3/made

The contracting authority is not voluntarily following any other part of the Regulations.

The only selection for type of procedure was ‘Restricted’ and the contracting authority wishes to clarify that this is not a restricted procedure but ‘Other’ procedure under the Light Touch Regime. The procedure which the contracting authority is following is set out in the procurement documents.

The procedure which the contracting authority is following is set out in the procurement documents.

As the CCG is a relevant body for the purpose of the National Health Service (Procurement, Patient Choice and Competition) (No 2) Regulations 2013 these Regulations also apply to this procurement.

Right to cancel: the contracting authority reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts and does not bind itself to accept the lowest tender or any tender received and reserves the right to award a contract in part or to call for new tenders should it consider this necessary.

The contracting authority shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this contract notice or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.

All dates, time periods and values specified in this notice are provisional and the contracting authority reserves the right to change these.

Transparency: the contracting authority is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR.

In addition and in accordance with the UK Government's policies on transparency, the contracting authority intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of the contracting authority.

Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act. If and when this requirement is offered to tender, this will be done via electronic means using the internet. Midlands and Lancashire CSU is conducting this procurement exercise as a central purchasing body for another NHS body with whom the successful bidder(s) will enter into contracts for the supply of the services.

Any other public-sector body detailed within this notice, wishing to access the contract may do so only with permission from the contracting NHS body.

Further details will be made available via documentation and information released during the tender process.

All documentation can be accessed via https://mlcsu.bravosolution.co.uk

For technical support in submitting your selection questionnaire or tender submission, contact the Bravo Solution Help-desk on +44 8003684850 or email: help@bravosolution

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

NHS Midlands and Lancashire Commissioning Support Unit (MLCSU)

120 Grove Road

Stoke on Trent

ST4 4LX

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

25/09/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
85120000 Gwasanaethau ymarfer meddygol a gwasanaethau cysylltiedig Gwasanaethau iechyd

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
paulo.cabral@nhs.net
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.