Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
Brooks Close
Lewes
BN7 2FZ
Contact
Stuart Meredith
Country
United Kingdom
Region code
UKJ21 - Brighton and Hove
NHS Organisation Data Service
QNX
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/
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
Whitehawk Alternative Provider Medical Services (APMS) Primary Care Services
Reference number
C285165
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract following the competitive process of the UK Health Care Services (PSR) Regulations 2023 for Whitehawk Alternative Provider Medical Services (APMS) Primary Care Services. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and 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 submitted to the relevant authority via the project (Atamis reference no. C285165) at:
https://healthfamily.force.com/s/Welcome
by midnight (23:59) on 26/03/25. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
This direct award is for a maximum period of 108 months (84 months + 24 months option to extend)
The service value is £1,157,738 per annum.
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: £10,419,642
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ21 - Brighton and Hove
two.2.4) Description of the procurement
NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract following the competitive process of the UK Health Care Services (PSR) Regulations 2023 for Whitehawk Alternative Provider Medical Services (APMS) Primary Care Services. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and 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 submitted to the relevant authority via the project (Atamis reference no. C285165) at:
https://healthfamily.force.com/s/Welcome
by midnight (23:59) on 26/03/25. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
This direct award is for a maximum period of 108 months (84 months + 24 months option to extend)
Contract set to commence 1st September 2025 and end 31st August 2032, with an option to extend by 24 months to end 31st August 2034.
The service value is £1,157,738 per annum. The total maximum contract value for the 7-year Contract is £8,104,166. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of £10,419,642 over 9 years (7 plus 2) if the full contract term is fulfilled.
This is an existing service that will be provided by a new provider.
Description of the services:
The service will offer primary medical care services to patients who wish to register at the practice, and who live within the practice boundary for Whitehawk and wider area. Primary Care services will be delivered in accordance with the national APMS contract, amended annually through a national contract variation.
In addition, patients will be offered Locally Commissioned Services as agreed with NHS Sussex. Weight Management Services and Learning Disabilities Health Check Enhanced Service will also be offered to appropriate registered patients.
The service will include care navigation and social prescribing services, navigating patients to the most appropriate health, social care, or housing services for their needs. This must include a Making Every Contact Count (MECC) approach to:
• Local Stop Smoking Service (LSSS) to support the national 'Smokefree Generation' objective.
• Promote, offer and refer on for health checks/reviews
• Healthy Lifestyle Services, Weight Loss Services and Drug and Alcohol services
• Offer screening, vaccinations, and NHS health checks, including learning disability health checks.
• Health in Mind
• Community Pharmacy and Dentistry
• Minor Eye Conditions' services
• Care support services for Carers (e.g., Carers Hub Brighton, The Carers Centre for Brighton and Hove)
• Falls Prevention Services
• Brighton and Hove City Council and University Hospitals Sussex's children, young people, and family services
• Sexual Health services
• Local Authority Housing services
The Key Performance Indicators (KPIs) linked to the contract are focused on delivering services to the local population, which is identified as one of the most deprived areas in Sussex and will address the specific needs of these groups to improve the health of the population. This will include increased community involvement using innovative ways to support this population, through initiatives such as mental health prescribing (green prescribing), using the garden space and interventions with local community groups to meet with residents who are resistant to attending health facilities and have lower literacy levels.
The contract award criteria are specified in the procurement documents.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents. / Weighting: 90
Price - Weighting: 10
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-015747
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
11 March 2025
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
One Medicare t/a One Primary Care LLP
The Business Centre, Bank Top Farm, Black Hill Road
Leeds
LS21 1PY
Country
United Kingdom
NUTS code
- UKE42 - Leeds
Companies House
04404672
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,419,642
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 and Procurement Act 2023 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 midnight on Wednesday 26th March 2025 via the project (Atamis reference number: C285165) at: https://healthfamily.force.com/s/Welcome
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.
No conflicts of interest were declared.
The award decision maker is the NHS Sussex Integrated Care Board (ICB).
The service evaluation was reviewed against the 5 key criteria:
The key criteria were weighted as follows: Quality and innovation (25%), Value (10%), Integration, Collaboration and Service Sustainability (25%), Improving access, reducing health inequalities and facilitating choice (30%); Social Value (10%).
Quality & Innovation: This criterion shares the second heaviest weighting and reflects our commitment to delivering a service of the highest quality. It emphasises the importance of innovation and adaptability in meeting the evolving needs of patients while maintaining excellence in service delivery.
Value: The criterion of "Value" holds significant importance as it underscores the necessity of achieving optimal value for public investment in a GP registered list and walk-in clinic. It is essential to ensure that resources are utilised efficiently and effectively to deliver sustainable, efficient, and cost-effective services.
Integration, Collaboration, and Service Sustainability: This criterion shares the second heaviest weighting, highlighting the critical role of integration and collaboration in enhancing health service delivery. It emphasises the importance of establishing cohesive system partnerships between providers, the local authority, acute services and with educational establishments to ensure the sustainability and long-term viability of the service.
Improving Access, Reducing Health Inequalities, and Facilitating Choice: Assigned the heaviest weighting. This criterion underscores our commitment to promoting equitable access to healthcare services for all patients, including children and young people. It emphasises the importance of addressing health inequalities and enhancing patient choice, ultimately leading to improved health outcomes for all.
Social Value: While weighted the lightest among the criteria, "Social Value" remains a crucial consideration in our evaluation process. It recognises the potential impact of service changes on the local healthcare workforce and their contributions to broader social, economic, and environmental improvements in the community.
six.4) Procedures for review
six.4.1) Review body
NHS Sussex Integrated Care Board
Sackville House, Brooks Close
Lewes
BN7 2FZ
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
NHS England
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom