Tender

SEL ICB Greenwich Community Musculoskeletal (MSK) Service

  • NHS South East London ICB

F02: Contract notice

Notice identifier: 2025/S 000-005577

Procurement identifier (OCID): ocds-h6vhtk-04b71f

Published 18 February 2025, 1:32pm



Section one: Contracting authority

one.1) Name and addresses

NHS South East London ICB

160 Tooley Street

London

SE1 2QH

Contact

Oluwatoyin Omolaiye

Email

oluwatoyin.omolaiye@nhs.net

Country

United Kingdom

Region code

UKI51 - Bexley and Greenwich

NHS Organisation Data Service

Y56

Internet address(es)

Main address

https://www.selondonics.org/icb/

Buyer's address

https://www.selondonics.org/icb/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

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

SEL ICB Greenwich Community Musculoskeletal (MSK) Service

Reference number

PRJ 1172

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Southeast London Integrated Care Board (SEL ICB) is seeking to commission Community Musculoskeletal (MSK ) Services for Greenwich. The MSK Community Service will play a vital role in supporting Greenwich in delivering its strategy to improve patient experience and health outcomes while optimising referral pathways. This service will manage a broad range of musculoskeletal conditions, providing accessible, community-based care that is responsive to local needs and designed to reduce pressure on secondary care. The MSK Community Service will work closely with primary and secondary care partners to establish sustainable, cost-effective care pathways, build local expertise, and streamline referrals, ensuring that complex cases are efficiently directed to specialist care. This approach will enhance overall capacity, improving timely access for patients requiring consultant-led treatment.

The Contract is expected to commence in April 2026 for an initial period of 5 years. The contract may be extended for an additional period of 2 years at the sole discretion of the Authority.

The estimated lifetime value of the contract is £ 38,500,000.

(£ 5,500,000 per annum, Initial 5 Years is £27,500,000).

Interested Organisations must express an interest via Atamis e-tendering portal. 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://health-family.force.com/s/Welcome (Contract Reference: C331924).

Please note that any submission of bids by any other means will not be considered.

two.1.5) Estimated total value

Value excluding VAT: £38,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI51 - Bexley and Greenwich
Main site or place of performance

Greenwich

two.2.4) Description of the procurement

Greenwich serves a resident population of approximately 290,000 (ONS, 2024), with projected growth expected to place increased demand on local healthcare services in the coming years. The borough has a diverse population with significant health disparities, and it remains among the more deprived areas within London, requiring targeted community healthcare solutions to address these needs effectively.

Musculoskeletal (MSK) conditions are a leading cause of disability and healthcare utilisation in Greenwich, significantly impacting residents' quality of life and placing pressure on local health services. Due to limited capacity in secondary care and some constraints in the current MSK service model, many patients face prolonged waits for assessment and treatment, resulting in unmet needs and exacerbating health inequalities within the community. The demand for accessible, timely MSK services has likely been further compounded by the pandemic, with backlogs and deferred care contributing to an increased burden on healthcare providers.

Our proposal is to commission a revised model of the Community MSK service and pathways in Greenwich, to include simplified and broader access, seamless assessment and diagnostics, entrenched community-based delivery with appropriate links to secondary care. We envisage a forward flowing pathway to minimise waiting times, a strengthened SPOA, maximise diverse speciality and suitably trained clinical workforce, and provide multiple pathways to access the service using the latest in traditional, digital and electronic resources.

This service will manage a broad range of musculoskeletal conditions through the integration of First Contact Practitioners (FCPs), providing accessible, community-based care that is responsive to local needs and designed to reduce pressure on secondary care. FCPs will serve as an initial point of contact, assessing and managing MSK conditions early in the care pathway, streamlining referrals, and ensuring that complex cases are efficiently directed to specialist care. The common ethos is to triage patients to the right provider first time.

We aim to expand the community focus of the service with greater range of therapists to deliver the services in the community. Shared decision making will be facilitated in the triage hub to enable patient to make informed choice on their treatment options and enhance choice.

The Contract is expected to commence in April 2026 for an initial period of 5 years. The contract may be extended for an additional period of 2 years at the sole discretion of the Authority.

The estimated lifetime value of the contract is £ 38,500,000.

(£ 5,500,000 per annum, Initial 5 Years is £27,500,000).

Interested Organisations must express an interest via Atamis e-tendering portal. 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://health-family.force.com/s/Welcome (Contract Reference: C331924).

Please note that any submission of bids by any other means will not be considered.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20%

two.2.6) Estimated value

Value excluding VAT: £38,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract may be extended for an additional period of 2 years, at the sole discretion of the Authority.

two.2.14) Additional information

This is a Provider Selection Regime (PSR) Contract Notice inviting offers under the Competitive Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 11). 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 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. Submissions will be assessed in line with the award criteria stages specified in the tender documents.

Interested Organisations must express an interest via Atamis e-tendering portal. You can express an interest in this project by clicking the following link to this specific project ;

https://health-family.force.com/s/Welcome (Contract Reference: C331924).

Please note that any submission of bids by any other means will not be considered


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-037114

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 March 2025

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 March 2025

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

SEL ICB

160 Tooley Street

London

SE1 2QH

Country

United Kingdom

Internet address

https://www.selondonics.org/icb/