Loading page content…
Loading page content…
30 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
NHS South East London (SEL) Integrated Care Board (ICB) (hereafter referred to as the "The ICB"), under delegated commissioning on behalf of NHS England (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 GP Primary Medical Services and additional services under Alternative Provider Medical Services (APMS) Contracts delivered directly to those patients registered with The Thamesmead Health Centre from the following site: Thamesmead Health Centre 4-5 Thames Reach, London, SE28 0NY Background Thamesmead Health Centre is managed under an APMS contract which will end on 31st March 2025. Outline The service will operate under an APMS contract and provide core General Medical Services with an emphasis on Neighbourhood Integration and development to improve outcomes for patients registered with the practice and with the wider Primary Care Network. This new APMS contract will provide Core General Practice Medical services and in addition the provider will need to actively contribute to neighbourhood development in line with the Next Steps For Integrating Primary Care Fuller Stocktake Report. They must deliver the Network Contract Direct Enhanced Services (DES), the Modern General Practice Model and the NHS delivery Plan for Recovering Access to Primary Care. ________________________________________ Aims and objectives The aims of the service are to: • Provide a Modern General Practice Model of Care • Deliver NHS GMS Primary Care Services to registered patients at Thamesmead Health Centre. • To provide integrated care for the benefit of patients with those services providing care to the registered population including other primary care service, community services and acute care providers working within Greenwich. • Increase uptake of health interventions to improve health outcomes for registered patients by working in collaboration with third sector organisations and other groups support residents in the Thamesmead locality. Contract value The indicative contract value per patient is (£107.57 x Practice Normalised Weighted List) plus (London Weighting of £2.18 x Raw List Size) which equates to approximately £1,237,223.82 per annum or £18558357.30 over the 15-year contract term. Total indicative contract value per annum - £1,388,224 (with additional services) Total indicative contract value full term - £ 20,823,360 (with additional services) Contract Duration 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). Additional information: The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023. This is a Provider Selection Regime (PSR) Contract Notice . The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For avoidance of doubt the provisions of the Public Contract Regulations 2015 do not apply to this award. Interested organisations must express an interest and submit a tender via Atamis e-tendering portal by the deadline stated in the Invitation to Tender documents. Bidders needs to register on Atamis if they are not registered already. This can be done by clicking the link below: https://health-family.force.com/s/Welcome Once registered, you can express an interest in this project by clicking the following the link to this specific project; https://health-family.force.com/s/Welcome (Contract Reference: C293455). Please note that any submission of bids by any other means will not be considered.
£20,823,360
Contract value
NHS England (hereafter referred to as "The Authority") invites completed Invitation to Tender (ITT) submissions from all suitable providers capable of delivering clinical reviews when a death in custody within London's secure estate occurs. The Authority for this procurement is NHS England London Region. Further information regarding the role and purpose of NHS England is available from this url: https://www.england.nhs.uk/about/about-nhs-england/ The purpose of this procurement is to establish a framework of independent clinical review providers that The Authority can draw down on when a death in custody requires a clinical review to be conducted - one part of a wider Prisons and Probation Ombudsman investigation and a delegated duty from the Secretary of State. The framework is divided into two Lots: Lot 1 - Bidders can bid to be the lead provider of a clinical review, outlining the details of lead clinical reviewers who can conduct all three levels of clinical review. Bidders also have the option of listing team reviewers from their organisation who can support their lead reviewers with subject matter expertise. Lot 2 - Bidders can bid to join a pool of team reviewers capable of supporting lead reviewers with subject matter expertise. Team reviewers will be appointed when a lead provider does not have access to the required subject matter expertise to complete a review. A maximum of five providers will be commissioned for Lot 1, with no limit to the number of providers for Lot 2. Further details of the lotting structure and award process can be found within the ITT guidance document and further details of the service to be delivered within the Service Specification. Providers will be listed on the framework for a period of four years. The total estimated contract value stated for this framework for independent clinical reviewers into Deaths in Custody or Detention is a projected total annual contract value of between £180,000 and £200,000. Please note, annual usage of this framework agreement will vary depending on the number of deaths in each year. This would be the total amount paid in a year to all Clinical Reviewers who undertake work under the Framework and not the total sum that may be expected by a single provider of Clinical Reviews. It is expected that the total maximum value for the framework agreement will be no more than £800,000. Additional information: The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. Interested Organisation must express an interest via Atamis. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below: https://health-family.force.com/s/Welcome Once registered, you can express an interest in this project by clicking the following the link to this specific project: https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr000007QPSNIA4&searchStr=&sortStr=Recently+Published&page=1&filters=&County= Or https://health-family.force.com/s/Welcome (Contract Reference: C268168). Please note that any submission of bids by any other means will not be considered. Bidders are required to complete the online questionnaires and submit their tender bid hosted on the portal prior to the deadline for submission of 12:00 Noon - Friday 09 August 2024. All clarification requests and correspondence pertaining to this ITT opportunity must be directed through the portal. A timetable for the procurement, guidance regarding: process, and supplementary information relating to each contract opportunity is also available from the portal. The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted, based in part on the Open Procedure under the Public Contract Regulations 2015 ("the Regulations" (as amended)). The Services to which the Procurement relate fall are listed within in Schedule 3 and consequently within the scope of Section 7 of the Regulations (74- 77) sometimes referred to as "Light Touch Regime" (LTR) governing procurement of Health, Social, Education and Other Service Contracts. 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. This procurement seeks to establish a multi supplier framework agreement. 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 Contracting Authority reserves the right not to award the contract.
£800,000
Contract value
Aims of the service To pilot (over 24 months) Mental Health Youth work provision in select A&E departments in South East London for CYP aged 11-18 who present following self-harm with a view to: • Providing discreet, understanding, compassionate and sensitive support for those who are attending A&E for self-harm treatment, which may include those who are also experiencing suicidal ideation. This would include: • Offering support and containment, emotional regulation and managing of risk while in the A&E department. • Understanding any additional or sensory needs of children and young people and support staff working in the A&E department to be mindful of these (such as through use of NHS communications passport). • Offering, at the point of discharge from the A&E department: • A discharge support document that includes signposting to local community offers that might be of benefit to children and young people who self-harm and experience suicidal ideation. • Up to 8 sessions of psychosocial follow up support in the community. • Supporting collaborative working with key professionals and teams involved in the care of the child or young person (e.g. A&E department paediatric emergency medicine staff, psychiatric liaison teams, CAMHS, substance misuse teams) and supporting the sense of a seamless experience of care. • Strengthening the feedback loop between A&E emergency medicine staff and CAMHS once those have been discharged, in particular, if re-presenting. • Ensuring robust data collection and record keeping to enable evaluation of service impact. The Contract will commence on 10/12/2024 for a period of 2 years. Value of contract: £232,000 per annum. The total contract value for 2 years is £464,000 excluding VAT. To apply please follow the link below and search the given contract reference number: https://www.atamis.co.uk/ Contract Ref Number: C300449
£464,000
Contract value
This is a competitive procurement process under Provider Selection Regime 2023. The Community Dermatology Service will play a key role in supporting Lewisham borough in delivering its strategy to optimise the value of referrals and improve patient experience and outcomes. The service will manage a broad range of dermatological conditions and support the development of sustainable care pathways, which are cost-effective, responsive to local need, clearly articulated between clinical partners and underpinned by a combination of effective referral optimisation and robust educational support. The Community Service will also play a pivotal role in strengthening the dermatology offering across Lewisham, by providing a link between primary and secondary care, building capacity and expertise within the community and diverting less complex activity away from the acute trusts, thereby improving access to secondary care for those patients requiring consultant- led treatment. Contract value Total indicative contract value per annum - £349,948 Total indicative contract value full term - £1,749,740 Contract Duration The contract will have an initial term of 3 years (36 months), followed by an optional extension of 2 years (24 months) If all available extension is taken up in full the contract will have a maximum duration of 5 years (60 months). Interested organisations must express an interest and submit a tender via Atamis e-tendering portal by the deadline stated in the Invitation to Tender documents. Bidders needs to register on Atamis if they are not registered already. This can be done by clicking the link below: https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr00000D7QscIAF&searchStr=C299107&sortStr=Recently+Published&page=1&filters=&County= Once registered, you can express an interest in this project by clicking the following the link to this specific project ; https://atamis-1928.my.salesforce-sites.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a07Sr00000D7QscIAF&searchStr=C299107&sortStr=Recently+Published&page=1&filters=&County= (Contract Reference: C299107). Please note that any submission of bids by any other means will not be considered. Additional information: This is a Provider Selection Regime (PSR) Contract Notice . The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For avoidance of doubt the provisions of the Public Contract Regulations 2015 do not apply to this award. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023.
£1,749,740
Contract value
NHS SEL ICB, hereafter referred to as 'Authority' wishes to commission a Lewisham Hypertension service. By raising awareness of hypertension and associated actions to reduce it, it is expected that the bidder will increase diagnosis rates in the targeted community as well as improve rates of self-management and care. Lewisham has the lowest rate in South East London of blood pressure that is controlled within the age-adjusted range of NICE thresholds amongst diagnosed hypertensive patients (and South East London overall has the lowest rate of blood pressure control amongst the five London ICS areas). At 55%, Lewisham is some distance from achieving the NHS England target of 80% of diagnosed hypertensive patients controlled within NICE thresholds by the end of March 2025. To achieve this target, an additional 8,500 people would need to bring their blood pressure under control (or more if we account for population growth, increasing hypertension prevalence and/or hypertension diagnosis rates improving), within the total current hypertensive population of 39,000 people. Uncontrolled or poorly controlled blood pressure increases the risk of stroke, heart disease, heart attack, kidney disease, dementia and many related poor health and life outcomes. The health inequalities profile of hypertension in Lewisham is also significant; with those not achieving good blood pressure control more likely to be younger (<60 years old), of Black African or Black Caribbean background, male and living in the two most deprived quintiles. The life-changing impacts and high human cost are therefore significant to individuals, their families and communities more widely. The Contract will commence on 01/01/2025 for an initial period of 2 years. The annual contract value is £50,000, therefore the total value of the contract is £100,000 (VAT inclusive, as applicable). The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. Interested Organisation must express an interest via Atamis. Bidders need to register on Atamis if they are not registered already. This can be done by clicking the link below: https://health-family.force.com/s/Welcome (Contract Reference: C309762). Please note that any submission of bids by any other means will not be considered. Please also note that this procurement is restricted to Small and Medium Enterprises and Voluntary Community and Social Enterprises. The Commissioner would also like to receive Bids from organisations with the experience of delivering programmes for BAME Communities within South East London. The Procurement is being managed by NHS London Commercial Hub (NHS LCH) hosted by NHS North East London, on behalf of the Authority, in connection with a Request for Quotation (RfQ) under the Public Contract Regulations 2015 ("the Regulations" (as amended)).
£100,000
Contract value
Homeless Patients Legal Advocacy Service (HPLAS) The service primary objective is to increase access to legal advice for up to 30 homeless patients attending UHL, QEH hospitals and Ladywell unit at UHL (e.g. within outpatients, A&E departments and beyond), to address their pressing legal issues, primarily in the fields of immigration, housing and welfare benefits (which are often inter-linked). The secondary objective is to offer workshops on legal topics chosen by hospital teams To offer consultancy support to enable teams to progress a further 30 cases and make appropriate referrals into the provider where needed The service is currently provided by the Southwark Law Centre who are contracted to provide specialist legal advice to adults who attend UHL, QEH and Ladywell unit and who are identified as having housing issues or homelessness that risks breakdown in discharge arrangements or follow-up engagement for medical and health care needs. The delivered service increased access to legal advice and onward support services to patients identified to have legal issues due to homelessness or other complicating issues and improved health outcomes through earlier, more effective interventions and reduction in admissions and length of hospital stay. Prospective Bidders are requested to review the contents of the guidance document carefully, register their organisation, and express their interest in the RfQ via the e-tendering portal Atamis system (Health Family). RfQ documentation can be accessed following initial registration and expression of interest via the e-tendering portal: If you have not yet registered on Atamis, please do this as soon as possible. You can register here: https://health-family.force.com/s/Welcome For advice or support in registering please contact the Atamis helpdesk: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk two.2.14) Additional informationII.2.14) Additional information Prospective Bidders are requested to review the contents of the guidance document carefully, register their organisation, and express their interest in the RfQ via the e-tendering portal Atamis system (Health Family). RfQ documentation can be accessed following initial registration and expression of interest via the e-tendering portal: If you have not yet registered on Atamis, please do this as soon as possible. You can register here: https://health-family.force.com/s/Welcome For advice or support in registering please contact the Atamis helpdesk: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk Additional information: Prospective Bidders are requested to review the contents of the guidance document carefully, register their organisation, and express their interest in the RfQ via the e-tendering portal Atamis system (Health Family). RfQ documentation can be accessed following initial registration and expression of interest via the e-tendering portal: If you have not yet registered on Atamis, please do this as soon as possible. You can register here: https://health-family.force.com/s/Welcome For advice or support in registering please contact the Atamis helpdesk: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk
£406,785
Contract value
NHS SEL ICB, hereafter referred to as 'Authority' wishes to commission and identify voluntary sector organisations to engage in this large-scale school engagement initiative. Addressing inequalities in mental healthcare for children and young people across South East London is a priority area of focus for the ICB - to this end, the ICB is partnering with Black Thrive to address mental health inequalities for Black and mixed heritage school aged children, and looking for addition local voluntary sector organisations to engage in community engagement. Based on review of stakeholder feedback and data, the ICB recommended that there is a need to develop and enhance access to trauma-informed, early intervention and prevention wellbeing and mental health support for Black and mixed heritage children. This is in recognition that Black and mixed heritage children have lower rates of referrals to child and adolescent mental health services but higher rates of school suspension/exclusion and detention under the mental health act. This project aims to engage with communities to develop collective solutions by coproducing anti-racist and trauma-informed initiatives. This programme will start in Feb 2025 and last for an initial 18-month period. Black Thrive would work in partnership with any successfully identified organisation, providing advice/guidance on roll out of the programme, delivering training and supervision to any staff working on the programme, and supporting networking and partnership working with other voluntary sector organizations and commissioners for South East London. The VCSE organisation would: 1. Need to represent Black and mixed heritage communities. Ideal voluntary sector partners would have experience include engaging with Black and mixed heritage children, young people, and their families. This may include those who have experienced trauma, racism, discrimination, marginalisation, and which may include addressing mental health/wellbeing needs and/or support avoidance of harm. From March 2025 onwards, build positive and productive relationships with 6 primary schools within the borough to enable (1) mapping of existing offers / baseline understanding of need/challenges (2) collectively agreed solutions. The Contract will commence on 03/02/2025 for an initial period of 18 Months. The annual contract value is £37,000, therefore the total value of the contract is £220,000 (VAT inclusive, as applicable). The Procurement process will be facilitated entirely online via Atamis, the Authority's e-procurement portal. Interested Organisation must express an interest via Atamis. Bidders need to register on Atamis if they are not registered already. Additional information: Outcomes: • Gain an understanding of what schools are currently delivering that may support the mental health and emotional wellbeing needs of primary school aged Black and mixed heritage school aged children and what the gaps are • Understand what communities and schools think would be needed in terms of trauma-informed, early intervention and prevention mental health and emotional wellbeing initiatives for Black and mixed heritage children and young people - this may include initiatives that support the school (whole school approaches), staff, parents, or children and young people • Understand what initiatives could be delivered at scale across schools in south east London from gaining insights from approximately 36 schools across the South East London geography - ach VCSE organisation would be expected to work with 6 schools in their relevant borough • Understand whether there are different gaps in the perceived need for support in schools that have a Mental Health Support Team (MHST) offer attached to them • Enable communities to feel their voices have been heard about need • Enable capacity and capability development of voluntary and community sectors and supporting them to develop relationships with schools, other VCS organisations, commissioners and wider system stakeholders • Enable system partners to understand the impact of the engagement initiative and interventions rolled out - e.g. perception from communities that ICB is aiming to listen and respond to their needs and develop solutions collectively. There are 6 lots available for this RFQ: Lot 1 - Bexley Lot 2 - Bromley Lot 3 - Greenwich Lot 4 - Lambeth Lot 5 - Lewisham Lot 6 - Southwark When submitting a response, bidders must confirm the Lots for which their submitting quotation(s) for and confirm the maximum number of Lots their organisation is willing to accept at award (should the bidder be successful across multiple Lots). Bidders can only submit quotation(s) for a maximum of two lots. Please note, a single Bidder will not be awarded more than two Lots. This cap is being proposed to ensure there is plurality of provision in London to enable a comparison of service outcomes and to promote service resilience and preserve competition in London. Contract value per Lot: Lot 1 - Bexley - £37,000 Lot 2 - Bromley - £37,000 Lot 3 - Greenwich - £37,000 Lot 4 - Lambeth - £37,000 Lot 5 - Lewisham - £37,000 Lot 6 - Southwark - £37,000 Total value across all Lots: £222,000 To apply please follow the link below and search the given contract reference number: https://www.atamis.co.uk/ Contract Ref Number: C321568
£222,000
Contract value
South East London ICB is seeking to procure a Sanctuary Seeking Wellbeing Service for the Lewisham borough area. The Lewisham Sanctuary Seeking Wellbeing Service has been funded to provide culturally sensitive community-based interventions, advice and practical support to optimise the ongoing health and wellbeing of Lewisham's resettled population and suitability of services for this community. The key objectives for the service are as follows: • Deliver a series of family-orientated, community-based psychoeducational and psychosocial interventions in four key languages: Arabic, Dari, Pashto and Ukrainian. • Provide trauma-informed and culturally sensitive services. • Deliver community training and education to support those who live and work in Lewisham to better understand the experiences of our resettled community and how to support them to make Lewisham home. • Engage with local services supporting the service user group (e.g. Refugee Council Resettlement Service, Lewisham Council Resettlement Team and Action for Refugees in Lewisham (AFRIL) and Lewisham Refugee and Migrant Network (LRMN) who support asylum seekers. • Deliver effective stepped-care for service users and seamless integration into statutory services where and when required. • Develop an offer for children aged between 13-18 years. • Develop an appropriate management system to collect, monitor and report on the activities of the service. • Promote and develop a high level of service awareness amongst eligible service users and associated stakeholders. Please refer to the Service Specification for further information on this service. The contract will have a duration of 2 years (24 months). The funding available for this contract is £180,000 (excluding VAT) per annum making the total cost of the contract £360,000. This is a Request for Quotation exercise, interested organisations must submit a duly completed RfQ bid responses for this project via Atamis e-tendering portal. Bidders needs to register on Atamis if they are not registered already. This can be done by clicking the below link. https://health-family.force.com/s/Welcome For advice or support in registering please contact the Atamis helpdesk: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk Once registered, you can acces the RfQ and submit your response by clicking the following link to this specific project: Atamis contract reference: C324725 https://atamis-1928.lightning.force.com/lightning/r/ProSpend__Proc_Contract__c/a07Sr00000M0qKUIAZ/view Please note that any RfQ submissions by any other means will not be considered. The deadline for submission is 17:00 on 09 January 2025. Any RfQ submissions received after this deadline will not be considered. Please refer to the RfQ Guidance Document for further information and guidance on the Request for Quotation. Additional information: The proposed service is as follows: • Community Wellbeing Workshops: will provide our resettled and refugee populations with opportunities to learn more about their wellbeing and mental health, explore the services available to them in the borough and support one another to nurture and maintain their wellbeing • 1:1 Wellbeing Workshops: will offer time-limited psychosocial support and counselling to those within our resettled and refugee population who seek to explore issues related to their mental health outside of statutory services. These workshops will be culturally specific and those who deliver them should be fluent in the native tongue of those participating. • Community Engagement Workshops: will promote awareness and understanding of the experiences of our resettled and refugee population, available befriender programmes and culturally sensitive ways to support them as they move through their period of resettlement.
£360,000
Contract value
NHS England (London Region) (hereafter referred to as "the Authority") invites Expressions of Interest (EoIs) and completed Invitation to Tender (ITT) submissions from all suitable providers for the delivery of an integrated London Liaison and Diversion Service (L&D) and London Mental Health Treatment Service (MHTR) for Men only. L&D and MHTR services are commissioned by the Health & Justice team, as part of NHS England London's Specialised Commissioning division. The Services Liaison and Diversion Service The provider will identify individuals with mental health, neurodiverse needs, substance misuse or other psychosocial vulnerabilities, when they come into contact with the youth and criminal justice systems. The service aims to: • Improve overall health outcomes by providing better access to healthcare and support services for vulnerable people • Reduce reoffending by addressing the underlying factors contributing to offending behaviour. The provider will deliver the L&D service in all London custody suites, Magistrates' Courts, Crown Courts and will include a dedicated Community Team of community link workers and peer support workers. It will also deliver a service for individuals who are dealt with by Voluntary Attendance/Interview who have vulnerabilities. It will share appropriate information with Criminal Justice System partners (police, Judiciary, Crown Prosecution Service, Probation etc) as well as supporting individuals into appropriate health and other services. Mental Health Treatment Requirements for Men only The provider will deliver in London MHTR treatment service for men only where the Courts deem it would be appropriate to include a MHTR as part of a Community Sentence. The service would screen men who had been referred by either Probation, Defence or Liaison and Diversion who are potentially suitable for a MHTR. If the individual agrees, this will be shared with Probation who will include the recommendation into the Pre Sentence Report for the Judiciary for them to consider whether a MHTR could be part of any sentencing options. Where a man is given a MHTR as part of a community order the provider would deliver a number of sessions over a specified period, determined by the court and provide psychological treatment/interventions, to address the underlying mental health issues which may be contributing towards the underlying offending issues. The Service will work directly with probation around support which will increase compliance, as well as proactively support the man to comply with the MHTR, and therefore reduce breaches. This service would be available to any man appearing in any of the Magistrates' Courts or Crown Courts in London. PLEASE SEE THE 'ATTACHMENTS' SECTION FOR THE FULL ADVERT. Additional information: The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023.
£116,178,097
Contract value
NHS South East London (SEL) Integrated Care Board (ICB) (hereafter referred to as the "The ICB"), under delegated commissioning on behalf of NHS England (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 GP Primary Medical Services and additional services under Alternative Provider Medical Services (APMS) Contracts for nursing/older peoples homes across Lambeth. The requirement is for the delivery of an APMS (Alternative Provider Medical Services) contract for nursing/older peoples homes across Lambeth, as per the specification. The annual contract envelope for this procurement is £658,231 comprising a variable element £300,746 and a block element £357,485. Thus, the estimated contract value of the initial five-year term is £3,291,155 and the estimated contract value for the ten-year term is £6,582,310. The contract to be entered into will be in accordance with the NHS Standard Alternative Provider Medical Services Contract issued by the Authority. As a result of this Procurement exercise an agreement will be entered into with the Successful Bidder. The Contract will commence on 01 April 2025 for an initial period of 5 years (60 months). The Contract may be extended for an additional period of up to 5 years (60 months), at the sole discretion of the Authority. Please use this link to register as a supplier on the Atamis tendering portal - https://atamis-1928.my.site.com/s/Welcome This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt the provisions of the Public Contract Regulations 2015 does not apply to this award. The Procurement is being managed by the NHS London Commercial Hub (NHS LCH) hosted by NEL ICB, on behalf of the Authority, in connection with a competitive Invitation to Tender (ITT) exercise that is being conducted via a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023.
£6,582,310
Contract value
Showing 21–30 of 30 contracts