Section one: Contracting authority
one.1) Name and addresses
NHS England
London
Country
United Kingdom
Region code
UKI - London
NHS Organisation Data Service
Y56
Internet address(es)
Main 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
Thamesmead APMS
Reference number
PRJ2023
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
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
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: £20,823,360
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
This notice relates to the Authority's procurement 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 (PRJ2023 - Thamesmead APMS).
NHS South East London (SEL) ICB (hereafter referred to as "the ICB"), under delegated commissioning on behalf of NHS England (the Authority) intends to award the contract for the provision of PRJ2023 - Thamesmead APMS.
This is a re-procurement of an existing service.
This notice is an intention to award a contract under the Health Care Services (Provider Selection Regime) Regulations 2023. The completed procurement route is "The Competitive Process" which falls under Part 2, Regulation 11 of the Provider Selection Regime. The chosen route of the Competitive Process meant that there was no separate selection stage, i.e., the opportunity was open to the whole market.
The lifetime value of the contract is to be £20,823,360 (with additional services at £1,388,224 (with additional services) per annum.
Initial 5 years - £6,941,120
Additional 10 years - £13,882,240
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).
The contract will start on 01/10/2025 and therefore have an initial end date of the 30/09/2030, if the optional extension is utilised the contract end date will be 30/09/2040.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 88
Quality criterion - Name: Presentation/Interviews / Weighting: 12
Price - Weighting: 0
two.2.11) Information about options
Options: No
two.2.14) Additional information
The NHS London Commercial Hub (LCH), hosted by NHS North East London ICB is managing the procurement process on behalf of South East London Integrated Care Board.
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 000-021274
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
17 June 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
Addison Road Medical Practice
46 Ravenswood Rd
London
E17 9LY
Country
United Kingdom
NUTS code
- UKI - London
NHS Organisation Data Service
F86607
Internet address
https://www.addisonroadmedicalpractice.nhs.uk/
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: £20,823,360
Total value of the contract/lot: £20,823,360
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 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 30th June 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
Decision-Makers:
SEL ICB - Healthier Greenwich Partnership
SEL ICB - Primary Care Commissioning Manager (Greenwich)
SEL ICB - Director of Primary Care & Neighbourhoods (Greenwich)
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: https://atamis-1928.my.site.com/s/Welcome
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.
Please note that this is a new notice issued following a successful representation. As such, the previous intention of award notice is hereby withdrawn, and any prior conclusions related to the procurement process have been revised accordingly.
It was therefore recommended that the contract be awarded to Addison Road Medical Practice.
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.
six.4) Procedures for review
six.4.1) Review body
NHS South East London Integrated Care Board
London
Country
United Kingdom