PRJ-2079 APMS Services for Nursing/Older people Homes in Lambeth

A Contract Award Notice
by NHS SOUTH EAST LONDON INTEGRATED CARE BOARD

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£7M
Sector
HEALTH
Published
11 Jul 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

Geochart for 1 buyers and 1 suppliers

Description

NHS South East London Integrated Care Board is looking for a provider to deliver services under an APMS contract to Care Homes and Nursing Homes in Lambeth.

Total Quantity or Scope

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. Additional information: Price is not the only award criterion and all criteria are stated only in the procurement documents

Award Detail

1 One Health Lewisham (London)
  • Reference: 039418-2025-1
  • Value: £6,582,310

Award Criteria

price _

CPV Codes

  • 85100000 - Health services

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 Public Contracts Regulations 2015 or Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight on 23 July 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to hub.psrrepresentation@nhs.net Key Criteria: Quality & Innovation Value Integration, Collaboration & Service Sustainability Improving Access, Reducing Health Inequalities & Facilitating Choice Social Value A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner. The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaire being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations. Further information is provided in the associated procurement documents on the Atamis portal as referenced in previous notices. Rationale for Provider Selection: The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire progressed in the procurement and had their ITT Questionnaires scored. The Authority then invited Providers to the Presentation & Interview Stage. Based on the outcome of the evaluation and in line with the criteria stipulated by the Authority within the ITT documentation, it was recommended that the contract be awarded to the Preferred Bidder. The Preferred Bidder being the Bidder that offers the most economically advantageous tender (MEAT), i.e. achieves the highest combined score. It was therefore recommended that the contract be awarded to One Health Lewisham Ltd. Conflicts of Interest: To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.

Reference

Domains