Section one: Contracting authority
one.1) Name and addresses
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
Contact
Charlotte Facer
Telephone
+44 7725483774
Country
United Kingdom
Region code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
Buyer's 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
Provision of Social Prescribers
Reference number
5982/26
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The delivery of Social Prescribing in borough of Lambeth.
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: £86,722
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
PSR Direct Award Process C
two.2.5) Award criteria
Price
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 services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
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 decision makers by 13 October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
In reaching this decision, the following key criteria were applied: service quality, provider capability, value for money, continuty of care, and alignment with strategic objectives. All criteria were conisdered equal. This assessment ensures the provider selected meets both mandatory requirements and those aspects considered most critical to the safe, effective and efficient delivery of the services.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
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
30 September 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Age UK
Tavis House, 1-6 Tavistock Square, London
London
WC1H 9NA
Telephone
+44 202303330000
Country
United Kingdom
NUTS code
- UKI - London
National registration number
06825798
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £82,000
Total value of the contract/lot: £86,722
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 decision makers by 13 October 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
In reaching this decision, the following key criteria were applied: service quality, provider capability, value for money, continuity of care, and alignment with strategic objectives. All criteria were considered equal. This assessment ensures the provider selected meets both mandatory requirements and those aspects considered most critical to the safe, effective and efficient delivery of the services.
In line with the Provider Selection Regime, a formal review of potential conflicts of interest was undertaken as part of the decision making process. No material conflicts were identified.
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.4) Service from which information about the review procedure may be obtained
High Court
The Strand
London
WC2A 2LL
Country
United Kingdom