Section one: Contracting authority
one.1) Name and addresses
Central London Community Healthcare NHS Trust
Ground Floor, 15 Marylebone Road
London
NW1 5JD
Contact
Stevie Crawford
Country
United Kingdom
Region code
UKI32 - Westminster
Internet address(es)
Main address
Buyer's address
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
To provide theatre space with support staff and consumables to deliver podiatry surgery operations for Central London Community Healthcare NHS Trust - Request for Information
Reference number
C396096
two.1.2) Main CPV code
- 85111100 - Surgical hospital services
two.1.3) Type of contract
Services
two.1.4) Short description
Central London Community Healthcare NHS Trust (“the Authority”) is seeking to procure a service for an initial two-year term, with options to extend, for the provision of theatre facilities, support staff, and consumables required to deliver podiatry surgery across Brent and Inner London.
two.1.5) Estimated total value
Value excluding VAT: £1,412,320
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
- UKI7 - Outer London – West and North West
Main site or place of performance
West London
two.2.4) Description of the procurement
The Barnet Podiatric Surgery Service provides medical and surgical management of foot pathology within an outpatient and theatre setting. The service is led by a part-time Consultant Podiatric Surgeon and is supported by an Extended Scope Podiatrist.
The service runs one and half days of outpatient clinics from MSK Outpatient, Edgware Community Hospital, and has one half day theatre list per week at Chase Lodge Hospital.
The Barnet Podiatric Surgery Outpatient clinics provides:
• New patient assessment
• Follow-up appointments
• Wound redressing
• Steroid injection and
• Ordering of imaging.
The service also provides a theatre list is for day cases only, carried out under local anaesthetic. In rare occasions, the service provides podiatric surgery under general anaesthetic. General anaesthetic to be agreed on an adhoc basis. The majority of surgical procedures undertaken are performed under local anaesthetic.
The service is commissioned to treat patients who are registered in with a Barnet GP and receives referrals for forefoot conditions from GPs and Podiatrists.
The aim is to continue to run 47 full day local anaesthetic theatre lists a year with 6-8 patients per list.
Surgical procedures are conducted in a dedicated day surgery unit. Patients are pre-assessed, then admitted to, treated in, and discharged from the unit. All members of staff involved in patient care are experienced and skilled in day case care.
Operating sessions 8.00 – 17.30 (4 hours). It is assumed that the services will close at weekends, bank holidays and the Christmas and New Year period. Access is required for the podiatric surgery team from 07.30am on the day of surgery to start anaesthetising patients at 08.30am. Patients will be admitted to the ward and on beds by 08.30am to enable anaesthesia prior to surgery to start.
Inner London (NWL ICB) (West London, Central London, Hammersmith and Fulham)
The Inner London Podiatric Surgery Service provides medical and surgical management of foot pathology within an outpatient and theatre setting. The service is led by a full and part-time Consultant Podiatric Surgeon and is supported by a Biomechanical/Extended Scope Podiatrist.
The service runs four days per week of outpatient clinics (face to face and remote) from the Fracture Clinic at Charing Cross Hospital. There are four day case theatre sessions per month (eight programmed activities) at The Riverside Clinic in Brentford (Cora Health). There are three local anesthetic all day lists and one general anesthetic all day list.
The Inners Podiatric Surgery Outpatient clinics provides:
• New patient assessment
• Follow-up appointments
• Wound redressing
• Injection therapies
• Shockwave
• Point of Contact Ultrasound (POCUS CASE accredited)
• Biomechanical assessment/rehabilitation
• Non specialist and specialist investigations e.g. X-ray, CT, SPEC CT, USS, US guided injections and MRI etc.
The service is commissioned to treat patients who are registered with a GP within the NWL ICB.
The aim is to continue running four surgical days a month comprising of:
• 3 x 1 day a week for a duration of 10 hours (2 x 5 hour sessions), Local Anaesthetic lists for 12 months
• 1 x 1 day a week for a duration of 10 hours (2 x 5 hour sessions), General Anaesthetic lists for 12 months
• Total Days: 36 Local Anaesthetic Lists. 12 General Anaesthetic Lists
The podiatric team will assess patient suitability for surgery with the general anaesthetic patients being assessed by the hospital hosting the surgery sessions.
Access is required for the podiatric surgery team from 07.30am on the day of surgery to start anaesthetising patients at 08.00am.
Patients will be admitted to the ward and on beds by 07.45am to enable anaesthesia prior to surgery to start (local anaesthetic list).
SCOPE
The Authority is exploring the opportunity to re-procure this service for a 2-year period, with extension options. We are exploring different sourcing options and would very much appreciate the views and feedback from possible providers of the services. The options are:
1. Both services are delivered by a single provider in 2 different locations (Barnet and Inner London) or at a single location that can be in either of the 2 locations (Barnet and Inner London). We would also consider locations in other areas of London especially if all services can be provided from a single site.
2. A Single provider for Barnet and a single provider for Inner London
The Authority is therefore undertaking a market engagement exercise via a Request for Information questionnaire (RFI).
This is a process designed to help the Authority form a view of the best way to commission the service; it is not the beginning of a tender exercise. A further tender advertisement will be issued at the appropriate time where required.
The Authority reserves the right to amend or change all and any aspects discussed in this exercise if a decision to move to formal procurement is made. This early engagement exercise does not guarantee the tendering of any services taking place.
Your feedback at this point will not have a bearing on any future tender submissions you may wish to offer. You will not be disadvantaged if you choose not to respond to the RFI. It will be incredibly helpful to understand your views and insights at this early stage, so you are encouraged to respond as fully as you can as any feedback could inform the specification and any future tendering opportunity.
Please complete your response and return via our tendering portal, Atamis by midday on Friday, 7th November 2025.
Thank you for your time and participation.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £1,412,320
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To access the documents and participate, please register and apply via Atamis e-sourcing portal:
https://health-family.force.com/s/Welcome
North West London Procurement Services (NWLPS) is a Collaborative Procurement Organisation. The Authority have instructed NWLPS to act as their procurement representative, therefore, any communications during this market engagement stage is on behalf of the Authority. NWLPS is an agent of the Authority, acting on their behalf solely to carry out the market engagement. All decisions will be made by the Authority.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 expressions of interest
Date
7 November 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
internationalrelationsrudicialoffice@judiciary.uk
Country
United Kingdom