Tender

PSR - Minor Illness Service

  • Leeds Teaching Hospitals NHS Trust

F01: Prior information notice (call for competition)

Notice identifier: 2025/S 000-085844

Procurement identifier (OCID): ocds-h6vhtk-05fc92

Published 23 December 2025, 1:33pm



Section one: Contracting authority

one.1) Name and addresses

Leeds Teaching Hospitals NHS Trust

Great George Street

Leeds

LS1 3EX

Contact

Serena Meakin

Email

serena.meakin@nhs.net

Country

United Kingdom

Region code

UKE42 - Leeds

Internet address(es)

Main address

https://www.leedsth.nhs.uk

Buyer's address

https://www.leedsth.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-1928.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://atamis-1928.my.site.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://atamis-1928.my.site.com/s/Welcome

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PSR - Minor Illness Service

Reference number

C406141

two.1.2) Main CPV code

  • 85120000 - Medical practice and related services

two.1.3) Type of contract

Services

two.1.4) Short description

GP see and treat service within A&E at St James University Hospital (SJUH) and Leeds General Infirmary (LGI)

two.1.5) Estimated total value

Value excluding VAT: £1,677,276

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Minor Illness Services are for patients who self-present to the EDs who have a minor illness presentation and are suitable to be seen by a primary care clinician.
At the LGI, the Minor Illness Service caters to both adults and paediatrics and is staffed by Advanced Clinical Practitioners, operating a see and treat service, seven days a week from 8 AM to 00.00 PM with a streaming service operating from 8 am to 9 PM. In contrast, the SJUH Minor Illness Service focuses exclusively on adults and is delivered by a GP, with operating hours from 10 AM to 10 PM. During their respective hours of operation, these services play a critical role in diverting minor illness presentations away from the main ED.

This service plays a crucial role in alleviating congestion in the ED and enhancing the timeliness of care for patients. The activities carried out through the Co-located Minor Illness Service also contribute approximately 3.8% towards achieving the Emergency Care Standard (ECS), demonstrating its significance in supporting efficient healthcare delivery and improving patient outcomes.

Workforce Model
• See & Treat

Workforce type and the minimum number of patients to be seen, treated and discharged per day which is set at the following:

o St James University Hospital (SJUH) – Must be a GP see & Treat service
 4 Patients an hour minimum (44 per day)

o Leeds General Infirmary (LGI) – Must have GP clinical leadership presence
 8 Patients an hour Minimum (96 per day)

See & Treat clinicians must be independent Primary Care Clinicians & at LGI staff should include adult and paediatric trained staff.

• Receptionist

The Service Provider should provide a receptionist for the LGI service available during all times of the see & treat model. This receptionist will meet and great patients as well as book patients into any relevant systems. This receptionist will take full responsibility of all administrative duties in relation to the service,

• Management

Contract provider should provide a clinically lead management model operationally and should ensure that the communication regarding short notice absence/ any operational issues are done in a timely way.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80%

Cost criterion - Name: Price / Weighting: 20%

two.2.6) Estimated value

Value excluding VAT: £1,677,276

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2026

End date

31 March 2028

This contract is subject to renewal

Yes

two.2.11) Information about options

Options: Yes

Description of options

Option to extend 12months +12 months

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

Restricted 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.2.2) Time limit for receipt of expressions of interest

Date

2 February 2026

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

Strand,

London,

WC2A 2LL

Country

United Kingdom

Internet address

https://www.theroyalcourtsofjustice.com