Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Thamesmead APMS

  • First published: 23 June 2025
  • Last modified: 23 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-047ca9
Published by:
NHS England
Authority ID:
AA20005
Publication date:
23 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

NHS England

Y56

London

UK

E-mail: Hub.queries@nhs.net

NUTS: UKI

Internet address(es)

Main address: https://www.england.nhs.uk

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Thamesmead APMS

Reference number: PRJ2023

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.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

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 20 823 360.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKI

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 88

Quality criterion: Presentation/Interviews / Weighting: 12

Price / Weighting:  0

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-021274

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

17/06/2025

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Addison Road Medical Practice

F86607

46 Ravenswood Rd

London

E17 9LY

UK

NUTS: UKI

Internet address(es)

URL: https://www.addisonroadmedicalpractice.nhs.uk/

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 20 823 360.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.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.

VI.4) Procedures for review

VI.4.1) Review body

NHS South East London Integrated Care Board

London

UK

E-mail: hub.psrrepresentation@nhs.net

Internet address(es)

URL: https://www.selondonics.org/icb

VI.5) Date of dispatch of this notice

17/06/2025

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Hub.queries@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.