Section one: Contracting authority
one.1) Name and addresses
Lewisham and Greenwich NHS Trust
High Street
London
SE13 6LH
Contact
Martin Gibson
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.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 electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://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
ST24-P171 Primary Care Partner (GP Services)
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) are 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).
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
two.1.5) Estimated total value
Value excluding VAT: £13,687,000
two.1.6) Information about lots
This contract is divided into lots: No
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”) will be conducting 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 is 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 of £1.25m, 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.
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
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.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The provider must be registered with the Care Quality Commission (CQC) to deliver the services required.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 January 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
6 December 2024
Local time
4:00pm
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
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom