Award

Aldersbrook Medical Centre GMS/PMS

NHS ENGLAND

This public procurement record has 3 releases in its history.

TenderUpdate

24 Jul 2025 at 11:04

Award

01 May 2025 at 18:37

Award

19 Feb 2025 at 18:27

Summary of the contracting process

NHS England has successfully concluded a competitive tender process under the Provider Selection Regime to award the contract for medical practice services at Aldersbrook Medical Centre, located at 65 Aldersbrook Road, London Borough of Redbridge. The procurement procedure aims to allocate the existing site and patient list as an additional site to an existing General Medical Services (GMS) or Personal Medical Services (PMS) contract within the North East London Integrated Care Board (NEL ICB) area. The award process, endorsed by the NHS North East London Procurement Group and the Primary Care Committee, was formalised with the Richmond Road Medical Centre on July 1, 2025. This contract is valued at £430,000 annually and falls under the health category, with an award decision made on April 25, 2025.

This procurement process presents significant growth potential for existing health care providers, particularly those already operating within the NEL ICB geographic scope who can demonstrate robust capability in managing extended services under GMS/PMS contracts. Businesses that are well-suited to compete in such tenders typically encompass established medical facilities looking to expand their service reach and capacity. With the procurement method being an open procedure, providers already entrenched in the region have the possibility of optimising their existing resources and networks, thus making it a lucrative opportunity to enhance service delivery and patient reach. The inclusion of demands for quality care standards highlights opportunities for providers demonstrating excellence in health service delivery to leverage their expertise for competitive advantage.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Aldersbrook Medical Centre GMS/PMS

Notice Description

The Authority has concluded a competitive procedure under Provider Selection Regime to appoint an existing provider of primary medical care services already within the NEL ICB area for the patient list registered with Aldersbrook Medical Centre, 65 Aldersbrook Road, E12 5DL. The practice is currently managed under an APMS contract and the intention of the process is to allocate the existing site and list as an additional site to an existing GMS/PMS contract within the NEL ICB area. The existing GMS / PMS contract of the successful provider in this procurement will be varied to include the services to be provided at the Aldersbrook Medical Centre. Aldersbrook Medical Centre is located in the London Borough of Redbridge and is currently within the ICBs Redbridge Place (local control) area of responsibility.

Lot Information

Lot 1

The Authority has concluded a competitive procedure under Provider Selection Regime to appoint an existing provider of primary medical care services already within the NEL ICB area for the patient list registered with Aldersbrook Medical Centre, 65 Aldersbrook Road, E12 5DL. The practice is currently managed under an APMS contract and the intention of the process is to allocate the existing site and list as an additional site to an existing GMS/PMS contract within the NEL ICB area. The existing GMS / PMS contract of the successful provider in this procurement will be varied to include the services to be provided at the Aldersbrook Medical Centre. Aldersbrook Medical Centre is located in the London Borough of Redbridge and is currently within the ICBs Redbridge Place (local control) area of responsibility. The current contract value is approximately PS430,000 per annum, which is based on the patient list. This notice is an intention to award a contract under the competitive process This is an existing service and the existing provider has become successful The new contract is expected to start on 1st of June 2025. Additional information: The contract award criteria are specified in the procurement documents.

Lot 2

The procurement for the Oliver McGowan Training (OMT) delivery hubs will primarily provide access to tier 1 and tier 2 training and lead trainer services for health care partners in the NE London care system. NHS England has allocated funding to Integrated Care Boards (ICBs) to ensure the delivery of OMT, targeting all relevant healthcare staff across CQC-registered providers. The programme emphasizes standardized training delivery using the nationally developed OMT package and the development of a sustainable, scalable model for long-term compliance. To meet these requirements, a two-hub OMT delivery model has been developed for North East London, with a total cost of PS1,069,696 over 18 months (PS534,848 per hub). It is the intention of the contracting Authority to award one contract to be hosted by NELFT (North East London NHS Foundation Trust), and the other by Homerton Healthcare NHS Foundation Trust. While each hub primarily serve a designated area, a reciprocal arrangement allows staff to attend training at either location, maximizing accessibility. The hubs will collaborate to ensure consistent training delivery and resource sharing. Together, they aim to train approximately 5200 tier 1 and 8200 tier 2 staff. Critically, the hubs will create 120-140 paid experts with lived experience trainer roles for individuals with learning disabilities and/or autism, promoting inclusivity and aligning with the ICS's employment priorities. The expected impact of OMT includes improved clinical outcomes, such as reduced health disparities, fewer misdiagnoses, and a more person-centred approach to care. Social benefits include increased community inclusion, reduced stigma, and an enhanced quality of life for individuals with learning disabilities and autism. Furthermore, the programme aims to provide income streams for the VCSE sector. Additional information: The rationale for a direct award of contracts to NELFT (North East London NHS Foundation Trust) and Homerton Healthcare NHS Foundation Trust for the delivery of the Oliver McGowan Training (OMT) programme in North East London. Given the tight timelines, with the Procurement Act 2024 taking effect on 24/02, the decision to make a direct award is driven by the urgent need to implement the OMT programme effectively and efficiently, to commit funding against contracts, the scale and specialized nature of the training required, the high level of growth of pool of experts with lived experience that is needed, and the imperative to establish a sustainable training infrastructure and build market providers. The ICB requires training at scale for the entire healthcare system, encompassing a large number of staff across diverse settings, delivering at or near sites of employment within the NE London geography. A direct award to NELFT and Homerton is recommended under Public Contracts Regulation 32 - Use of the negotiated procedure without prior publication due to their unique capabilities and expertise in LD&A education and learning, established relationships within the North East London LD&A communities, and proven ability to meet these demanding requirements to provide Mandatory and Statutory Training at this scale. Setting up a sustainable not for profit training service aligns with NHS England's funding directives, facilitates the development of sustainable local infrastructure, supports community development, and delivers a lasting legacy of equity and empowerment to improve the health inequalities for our Learning Disability and Autism LD&A communities. The following key points detail the rationale for this direct award: 1. Alignment with NHSE Funding Requirements: The proposed model directly supports NHS England's requirements for the OMT programme, focusing on a sustainable, not-for-profit training service delivering impactful outcomes. 2. Capacity to Scale and Deliver: The training pool will be scaled to a capacity to provide training for 20,000 staff annually by Oct 2026, requiring significant investment in recruitment infrastructure, and pastoral support. The Trusts possess existing resources and a proven track record in delivering large-scale statutory training, making them uniquely positioned to meet these demands. 3. Specialised Nature of the Training: OMT is tailored to the specific needs of individuals with LD&A in clinical and non-clinical settings. The Trusts' extensive experience in LD&A training and support makes them the most qualified providers for this specialized service. 4. Expertise as CQC-Regulated Providers: As CQC-regulated organisations, the Trusts ensure compliance with the draft Code of Practice and are well-equipped to navigate future regulatory requirements, providing stability within the sector. 5. Development of Local Training Infrastructure: Collaboration with local voluntary and social enterprises will establish a sustainable OMT infrastructure, diversify the market, and broaden access to high-quality training, fostering not-for-profit micro-training providers. 6. Employment of Local Experts: Employing LD&A experts with lived experience from local communities ensures high-quality training delivery and reduces travel burdens, promoting trainer wellbeing and aligning with NHS equity commitments. This is crucial given the limited pool of individuals with this lived experience and the demands on this group. 7. Strong Local Connections for Recruitment: The Trusts' established networks through the Integrated Care Partnership, patient groups, and internship programmes enable rapid and efficient recruitment of trainers, ensuring training targets are met. 8. Legacy and Community Impact: The programme aims to reduce health inequalities by linking training outcomes with paid employment opportunities, supporting employability initiatives across North East London and amplifying local benefits in line with the system's LD&A strategy. 9. Pilot Model for Sustainability: An 18-month, two-hub pilot (inner and outer NE London) will allow for testing and refinement while maintaining quality and expanding trainer capacity, addressing core NHSE funding uncertainties and that a sustainable model is created without the employment risks of redundancy and redeployment. 10. Tight Timescales for Implementation: The OMT programme must be implemented rapidly to meet urgent needs and comply with evolving legislative requirements, necessitating a streamlined procurement process. The direct award approach is the most efficient way to achieve timely implementation within the available timeframe.

Procurement Information

The rationale is based on the following key factors: Alignment with NHSE Funding Requirements The proposed model directly supports NHS England's requirements for the OMT programme, focusing on establishing a sustainable, not-for-profit training service that delivers impactful outcomes for the health and care system. Capacity to Scale and Deliver With a target of training 13,400 staff over the 18 months, the programme requires significant expertise, infrastructure, and recruitment. The Trusts are uniquely positioned to meet these demands through their existing resources and proven ability to deliver large-scale statutory training. Specialised Nature of the Training The OMT programme is tailored to the needs of individuals with LD&A in clinical and non-clinical settings. The Trusts' extensive experience in LD&A training and support makes them the most qualified providers. Expertise as CQC-Regulated Providers As CQC-regulated organisations, the Trusts ensure compliance with the draft Code of Practice and are well-positioned to prepare the workforce for future regulatory requirements, offering stability amidst sector uncertainties. Development of Local Training Infrastructure By working with voluntary and social enterprises, the programme will build a sustainable OMT infrastructure, diversify the market, and expand access to high-quality training, fostering not-for-profit micro-training providers.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e47d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/042692-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services

85 - Health and social work services


CPV Codes

75200000 - Provision of services to the community

85121000 - Medical practice services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£964,848 £500K-£1M

Notice Dates

Publication Date
24 Jul 20257 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
18 Feb 20251 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS ENGLAND
Additional Buyers

NHS NORTH EAST LONDON INTEGRATED CARE BOARD

Contact Name
Oluwatoyin Omolaiye
Contact Email
hub.psrrepresentation@nhs.net, hub.queries@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E15 1DA
Post Town
East London
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLI London

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

Supplier Information

Number of Suppliers
3
Supplier Names

DR. SURESH TIBREWAL, DR. SARIKA TIBREWAL, AND DR. GOPAL MEHTA. (RICHMOND ROAD PARTNERSHIP

HOMERTON HEALTHCARE NHS FOUNDATION TRUST

NORTH EAST LONDON NHS FOUNDATION TRUST

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04e47d-2025-07-24T12:04:12+01:00",
    "date": "2025-07-24T12:04:12+01:00",
    "ocid": "ocds-h6vhtk-04e47d",
    "initiationType": "tender",
    "tender": {
        "id": "PRJ 2017",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Aldersbrook Medical Centre GMS/PMS",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85121000",
            "description": "Medical practice services"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority has concluded a competitive procedure under Provider Selection Regime to appoint an existing provider of primary medical care services already within the NEL ICB area for the patient list registered with Aldersbrook Medical Centre, 65 Aldersbrook Road, E12 5DL. The practice is currently managed under an APMS contract and the intention of the process is to allocate the existing site and list as an additional site to an existing GMS/PMS contract within the NEL ICB area. The existing GMS / PMS contract of the successful provider in this procurement will be varied to include the services to be provided at the Aldersbrook Medical Centre. Aldersbrook Medical Centre is located in the London Borough of Redbridge and is currently within the ICBs Redbridge Place (local control) area of responsibility.",
        "lots": [
            {
                "id": "1",
                "description": "The Authority has concluded a competitive procedure under Provider Selection Regime to appoint an existing provider of primary medical care services already within the NEL ICB area for the patient list registered with Aldersbrook Medical Centre, 65 Aldersbrook Road, E12 5DL. The practice is currently managed under an APMS contract and the intention of the process is to allocate the existing site and list as an additional site to an existing GMS/PMS contract within the NEL ICB area. The existing GMS / PMS contract of the successful provider in this procurement will be varied to include the services to be provided at the Aldersbrook Medical Centre. Aldersbrook Medical Centre is located in the London Borough of Redbridge and is currently within the ICBs Redbridge Place (local control) area of responsibility. The current contract value is approximately PS430,000 per annum, which is based on the patient list. This notice is an intention to award a contract under the competitive process This is an existing service and the existing provider has become successful The new contract is expected to start on 1st of June 2025. Additional information: The contract award criteria are specified in the procurement documents.",
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "status": "cancelled"
            },
            {
                "id": "2",
                "description": "The procurement for the Oliver McGowan Training (OMT) delivery hubs will primarily provide access to tier 1 and tier 2 training and lead trainer services for health care partners in the NE London care system. NHS England has allocated funding to Integrated Care Boards (ICBs) to ensure the delivery of OMT, targeting all relevant healthcare staff across CQC-registered providers. The programme emphasizes standardized training delivery using the nationally developed OMT package and the development of a sustainable, scalable model for long-term compliance. To meet these requirements, a two-hub OMT delivery model has been developed for North East London, with a total cost of PS1,069,696 over 18 months (PS534,848 per hub). It is the intention of the contracting Authority to award one contract to be hosted by NELFT (North East London NHS Foundation Trust), and the other by Homerton Healthcare NHS Foundation Trust. While each hub primarily serve a designated area, a reciprocal arrangement allows staff to attend training at either location, maximizing accessibility. The hubs will collaborate to ensure consistent training delivery and resource sharing. Together, they aim to train approximately 5200 tier 1 and 8200 tier 2 staff. Critically, the hubs will create 120-140 paid experts with lived experience trainer roles for individuals with learning disabilities and/or autism, promoting inclusivity and aligning with the ICS's employment priorities. The expected impact of OMT includes improved clinical outcomes, such as reduced health disparities, fewer misdiagnoses, and a more person-centred approach to care. Social benefits include increased community inclusion, reduced stigma, and an enhanced quality of life for individuals with learning disabilities and autism. Furthermore, the programme aims to provide income streams for the VCSE sector. Additional information: The rationale for a direct award of contracts to NELFT (North East London NHS Foundation Trust) and Homerton Healthcare NHS Foundation Trust for the delivery of the Oliver McGowan Training (OMT) programme in North East London. Given the tight timelines, with the Procurement Act 2024 taking effect on 24/02, the decision to make a direct award is driven by the urgent need to implement the OMT programme effectively and efficiently, to commit funding against contracts, the scale and specialized nature of the training required, the high level of growth of pool of experts with lived experience that is needed, and the imperative to establish a sustainable training infrastructure and build market providers. The ICB requires training at scale for the entire healthcare system, encompassing a large number of staff across diverse settings, delivering at or near sites of employment within the NE London geography. A direct award to NELFT and Homerton is recommended under Public Contracts Regulation 32 - Use of the negotiated procedure without prior publication due to their unique capabilities and expertise in LD&A education and learning, established relationships within the North East London LD&A communities, and proven ability to meet these demanding requirements to provide Mandatory and Statutory Training at this scale. Setting up a sustainable not for profit training service aligns with NHS England's funding directives, facilitates the development of sustainable local infrastructure, supports community development, and delivers a lasting legacy of equity and empowerment to improve the health inequalities for our Learning Disability and Autism LD&A communities. The following key points detail the rationale for this direct award: 1. Alignment with NHSE Funding Requirements: The proposed model directly supports NHS England's requirements for the OMT programme, focusing on a sustainable, not-for-profit training service delivering impactful outcomes. 2. Capacity to Scale and Deliver: The training pool will be scaled to a capacity to provide training for 20,000 staff annually by Oct 2026, requiring significant investment in recruitment infrastructure, and pastoral support. The Trusts possess existing resources and a proven track record in delivering large-scale statutory training, making them uniquely positioned to meet these demands. 3. Specialised Nature of the Training: OMT is tailored to the specific needs of individuals with LD&A in clinical and non-clinical settings. The Trusts' extensive experience in LD&A training and support makes them the most qualified providers for this specialized service. 4. Expertise as CQC-Regulated Providers: As CQC-regulated organisations, the Trusts ensure compliance with the draft Code of Practice and are well-equipped to navigate future regulatory requirements, providing stability within the sector. 5. Development of Local Training Infrastructure: Collaboration with local voluntary and social enterprises will establish a sustainable OMT infrastructure, diversify the market, and broaden access to high-quality training, fostering not-for-profit micro-training providers. 6. Employment of Local Experts: Employing LD&A experts with lived experience from local communities ensures high-quality training delivery and reduces travel burdens, promoting trainer wellbeing and aligning with NHS equity commitments. This is crucial given the limited pool of individuals with this lived experience and the demands on this group. 7. Strong Local Connections for Recruitment: The Trusts' established networks through the Integrated Care Partnership, patient groups, and internship programmes enable rapid and efficient recruitment of trainers, ensuring training targets are met. 8. Legacy and Community Impact: The programme aims to reduce health inequalities by linking training outcomes with paid employment opportunities, supporting employability initiatives across North East London and amplifying local benefits in line with the system's LD&A strategy. 9. Pilot Model for Sustainability: An 18-month, two-hub pilot (inner and outer NE London) will allow for testing and refinement while maintaining quality and expanding trainer capacity, addressing core NHSE funding uncertainties and that a sustainable model is created without the employment risks of redundancy and redeployment. 10. Tight Timescales for Implementation: The OMT programme must be implemented rapidly to meet urgent needs and comply with evolving legislative requirements, necessitating a streamlined procurement process. The direct award approach is the most efficient way to achieve timely implementation within the available timeframe.",
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75200000",
                        "description": "Provision of services to the community"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "North East London ICB"
                }
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75200000",
                        "description": "Provision of services to the community"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The rationale is based on the following key factors: Alignment with NHSE Funding Requirements The proposed model directly supports NHS England's requirements for the OMT programme, focusing on establishing a sustainable, not-for-profit training service that delivers impactful outcomes for the health and care system. Capacity to Scale and Deliver With a target of training 13,400 staff over the 18 months, the programme requires significant expertise, infrastructure, and recruitment. The Trusts are uniquely positioned to meet these demands through their existing resources and proven ability to deliver large-scale statutory training. Specialised Nature of the Training The OMT programme is tailored to the needs of individuals with LD&A in clinical and non-clinical settings. The Trusts' extensive experience in LD&A training and support makes them the most qualified providers. Expertise as CQC-Regulated Providers As CQC-regulated organisations, the Trusts ensure compliance with the draft Code of Practice and are well-positioned to prepare the workforce for future regulatory requirements, offering stability amidst sector uncertainties. Development of Local Training Infrastructure By working with voluntary and social enterprises, the programme will build a sustainable OMT infrastructure, diversify the market, and expand access to high-quality training, fostering not-for-profit micro-training providers.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award. This contract has now been formally awarded using the competitive process.' For the avoidance of any doubt, the representation period ended on 15th of May 2025. The contract was awarded 1st of July 2025. The existing PMS contract of Richmond Road Medical Centre is varied to include the services to be provided at the Aldersbrook Medical Centre as an additional site to the agreement for the delivery of Primary Care Services, The contract value is approximately PS430,000 per annum, which is based on the patient list. The variations contract will be effective from 01/07/2025. All evaluators, decision makers, bidders and any other relevant persons were required to declare any conflicts. A Conflict register was maintained and appropriate mitigations were agreed for any declarations made. Decision Makers. The award report was endorsed by NHS North East London Procurement Group and approved by Primary Care Committee."
                        },
                        "where": {
                            "section": "VI.3",
                            "label": "Additional Information"
                        }
                    }
                ]
            }
        ]
    },
    "awards": [
        {
            "id": "006016-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-NHS-RAT",
                    "name": "North East London NHS Foundation Trust"
                }
            ]
        },
        {
            "id": "006016-2025-2",
            "relatedLots": [
                "2"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-NHS-RQX",
                    "name": "Homerton Healthcare NHS Foundation Trust"
                }
            ]
        },
        {
            "id": "018613-2025-PRJ 2017-1",
            "relatedLots": [
                "1"
            ],
            "title": "Aldersbrook Medical Centre GMS/PMS",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-146193",
                    "name": "Dr. Suresh Tibrewal, Dr. Sarika Tibrewal, and Dr. Gopal Mehta. (Richmond Road Partnership)"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-NHS-A3A8R",
            "name": "NHS North East London Integrated Care Board",
            "identifier": {
                "legalName": "NHS North East London Integrated Care Board",
                "id": "A3A8R",
                "scheme": "GB-NHS"
            },
            "address": {
                "streetAddress": "4th Floor - Unex Tower, 5 Station Street",
                "locality": "LONDON",
                "region": "UKI41",
                "postalCode": "E15 1DA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "hub.queries@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://northeastlondon.icb.nhs.uk/",
                "buyerProfile": "https://northeastlondon.icb.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-NHS-RAT",
            "name": "North East London NHS Foundation Trust",
            "identifier": {
                "legalName": "North East London NHS Foundation Trust",
                "id": "RAT",
                "scheme": "GB-NHS"
            },
            "address": {
                "streetAddress": "1 Marsh Way",
                "locality": "Dagenham",
                "region": "UKI",
                "postalCode": "RM13 8GQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-NHS-RQX",
            "name": "Homerton Healthcare NHS Foundation Trust",
            "identifier": {
                "legalName": "Homerton Healthcare NHS Foundation Trust",
                "id": "RQX",
                "scheme": "GB-NHS"
            },
            "address": {
                "streetAddress": "Homerton Row",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E9 6SR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-138549",
            "name": "NHS North East London ICB",
            "identifier": {
                "legalName": "NHS North East London ICB"
            },
            "address": {
                "streetAddress": "4th Floor - Unex Tower, 5 Station Street",
                "locality": "LONDON",
                "postalCode": "E15 1DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-NHS-Y56",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England",
                "id": "Y56",
                "scheme": "GB-NHS"
            },
            "address": {
                "streetAddress": "Quarry House Leeds",
                "locality": "Leeds",
                "region": "UKI",
                "postalCode": "LS2 7UE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Oluwatoyin Omolaiye",
                "email": "hub.psrrepresentation@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.england.nhs.uk",
                "buyerProfile": "https://www.england.nhs.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-146193",
            "name": "Dr. Suresh Tibrewal, Dr. Sarika Tibrewal, and Dr. Gopal Mehta. (Richmond Road Partnership)",
            "identifier": {
                "legalName": "Dr. Suresh Tibrewal, Dr. Sarika Tibrewal, and Dr. Gopal Mehta. (Richmond Road Partnership)",
                "noIdentifierRationale": "partnership"
            },
            "address": {
                "streetAddress": "Richmond Road Medical Centre 136 Richmond Road",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E8 3HN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-88590",
            "name": "NHS North East London Integrated Care Board",
            "identifier": {
                "legalName": "NHS North East London Integrated Care Board"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-NHS-Y56",
        "name": "NHS England"
    },
    "contracts": [
        {
            "id": "006016-2025-1",
            "awardID": "006016-2025-1",
            "status": "active",
            "value": {
                "amount": 534848,
                "currency": "GBP"
            },
            "dateSigned": "2025-02-18T00:00:00Z"
        },
        {
            "id": "006016-2025-2",
            "awardID": "006016-2025-2",
            "status": "active",
            "value": {
                "amount": 534848,
                "currency": "GBP"
            },
            "dateSigned": "2025-02-18T00:00:00Z"
        },
        {
            "id": "018613-2025-PRJ 2017-1",
            "awardID": "018613-2025-PRJ 2017-1",
            "title": "Aldersbrook Medical Centre GMS/PMS",
            "status": "active",
            "value": {
                "amount": 430000,
                "currency": "GBP"
            },
            "dateSigned": "2025-04-25T00:00:00+01:00"
        }
    ],
    "language": "en",
    "description": "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 the relevant authority by 15th of May 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 this email address : hub.psrrepresentation@nhs.net All evaluators, decision makers, bidders and any other relevant persons were required to declare any conflicts. A Conflict register was maintained and appropriate mitigations were agreed for any declarations made. Decision Makers. The award report was endorsed by NHS North East London Procurement Group and approved by Primary Care Committee.",
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "4",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            }
        ]
    }
}