Contract

Primary Care Partner (GP Services) for Urgent Treatment Centre

  • Lewisham and Greenwich NHS Trust

F03: Contract award notice

Notice identifier: 2025/S 000-007900

Procurement identifier (OCID): ocds-h6vhtk-04c322 (view related notices)

Published 4 March 2025, 3:49pm



Section one: Contracting authority

one.1) Name and addresses

Lewisham and Greenwich NHS Trust

High Street

London

SE13 6LH

Contact

Martin Gibson

Email

martin.gibson2@nhs.net

Country

United Kingdom

Region code

UKI44 - Lewisham and Southwark

Internet address(es)

Main address

https://www.lewishamandgreenwich.nhs.uk

Buyer's address

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

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

Primary Care Partner (GP Services) for Urgent Treatment Centre

Reference number

ST24-P171

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

Lewisham & Greenwich NHS Trust (LGT) was seeking a primary care partner for their Urgent Treatment Centre (UTC) at University Hospital Lewisham This partner will provide GPs, a lead GP and streaming for the UTC. Whilst the primary care partner will provide all of the GP workforce, the delivery of the streaming provision will be split between the Trust and the provider. The UTC will be managed by LGT.

The anticipated Contract term: 1st April 2025 to 31st March 2030 with the ability to extend the contract by up to 60 months at the sole discretion of the Trust (in multiple periods as required by the Trust).

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: £6,021,360

two.2) Description

two.2.2) Additional CPV code(s)

  • 85120000 - Medical practice and related services

two.2.3) Place of performance

NUTS codes
  • UKI44 - Lewisham and Southwark

two.2.4) Description of the procurement

Guy’s and St Thomas’ NHS Foundation Trust on behalf of Lewisham and Greenwich NHS Trust, (the “Authority”) conducted a competitive process for a Primary Care Partner (GP Services) for Urgent Treatment Centre in accordance with the Health Care Services (Provider Selection Regime) Regulations 2023.

The Urgent Care Centre (UCC) for Lewisham is provided by Lewisham and Greenwich NHS Trust (LGT) and based within University Hospital Lewisham ED. The Trust was seeking a primary care partner for their Urgent Treatment Centre (UTC) at University Hospital Lewisham This partner will provide GPs, a lead GP and streaming for the UTC. Whilst the primary care partner will provide all of the GP workforce, the delivery of the streaming provision will be split between the Trust and the provider. The UTC will be managed by LGT.

The anticipated Contract term: 1st April 2025 to 31st March 2030 with the ability to extend the contract by up to 60 months at the sole discretion of the Trust (in multiple periods as required by the Trust).

The estimated lifetime value of this contract is based on the annual estimated value, the maximum contract length if all the extension options were exercised by the Trust and an assumed inflationary uplift of 2% per annum. Please note that the Trust has linked any uplift to the value of this contract to the inflationary value that it receives from its commissioners so this is an estimate and subject to change.

The contract value has been calculated based on an annual value of £1,204,272 over the 5-year initial term. If the extension options are exercised in full this would be a value of £12,042,720 over 10 years. These prices are also subject to variations or uplift in line with the published procurement documentation and contract documents.

two.2.5) Award criteria

Quality criterion - Name: Quality and Innovation / Weighting: 35.00%

Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 20.00%

Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 15.00%

Quality criterion - Name: Social Value / Weighting: 10.00%

Cost criterion - Name: Value / Weighting: 20.00%

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

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 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 14th March 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.

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 000-039473


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

3 March 2025

five.2.2) Information about tenders

Number of tenders received: 5

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

five.2.3) Name and address of the contractor

Atrumed Healthcare

1 Guildford Street

Birmingham

B19 2HN

Email

laween.al-atroshi@nhs.net

Telephone

+44 7713356883

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
National registration number

10636369

Internet address

www.atrumed.com

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: £6,021,360

Total value of the contract/lot: £1,204,272


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 Public Contracts Regulations 2015 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 14th March 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.

The award decision-makers were:
• Divisional Director of Operations across the division of Lewisham Medicine and Community services
• Clinical lead for the UTC programme
• Matron Lead of the Children’s Emergency department
• General Manager for Acute and Emergency Medicine at the UHL site for Lewisham and Greenwich Trust
• ED Consultant at the University Hospital Lewisham
• Associate Director of Finance – Contracts and Procurement

- A conflicts of interest declaration process was completed and no conflict of interests were declared.

- In assessing proposals, the authority applied the below weightings to the key criteria to ensure the selection of a provider that best aligned with strategic priorities, delivering high-quality, cost-effective, and sustainable services. The key criteria were assigned weightings based on their importance in achieving the authority’s objectives.

Relative Importance of Key Criteria and Rationale
1. Quality and Innovation (35.00%)
Quality and innovation were prioritised as the most critical factors, representing 35% of the total evaluation. This criterion ensured that providers demonstrated a commitment to high standards of care and the introduction of innovative approaches to ensure that urgent and emergency care is delivered effectively and efficiently within the hospital.
2. Value (20.00%)
The second most important factor was value, ensuring that the selected provider delivered cost-effective services without compromising quality. The authority emphasised a balance between affordability and the long-term sustainability of service provision.
3. Integration, Collaboration, and Service Sustainability (20.00%)
Given the necessity of seamless service delivery and partnerships within the healthcare ecosystem, this criterion was also weighted at 20%. The ability of providers to integrate services effectively, collaborate with key stakeholders, and ensure long-term sustainability was a vital component of the decision.
4. Improving Access, Reducing Health Inequalities, and Facilitating Choice (15.00%)
Ensuring that providers would work with the Trust to be a proactive partner/leader in Trust and System UEC services and (in line with the national UEC recovery plan and strategy) to ensure patients receive the right care in the right place at the right time and was given a weighting of 15%.
5. Social Value (10.00%)
Social value was an essential component in evaluating the provider’s commitment to reducing carbon emissions and fighting climate change and by detailing how they would support economic development and the Trust’s ambitions as an Anchor Institution through the delivery of this contract.

The winning provider achieved the total highest overall score demonstrating strong performance across all criteria.

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/