Contract

NEL City & Hackney Consolidated Local Enhanced Service Contract

  • NHS North East London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-012074

Procurement identifier (OCID): ocds-h6vhtk-04fad5 (view related notices)

Published 31 March 2025, 4:02pm



Section one: Contracting authority

one.1) Name and addresses

NHS North East London Integrated Care Board

4th Floor - Unex Tower, 5 Station Street

London

E151DA

Email

hub.queries@nhs.net

Country

United Kingdom

Region code

UKI41 - Hackney and Newham

NHS Organisation Data Service

QMF

Internet address(es)

Main address

https://northeastlondon.icb.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

NEL City & Hackney Consolidated Local Enhanced Service Contract

Reference number

PRJ2165

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

NEL City & Hackney Consolidated Local Enhanced Service Contract.

The City & Hackney Consolidated LES contract encompasses 12 Primary Care Enhanced Service specifications, which provide a mixture of proactive patient identification and care, enhanced support for people with long term physical and mental health conditions, and improved access to urgent and planned care in community settings (while reducing pressure on emergency and planned services in hospital).

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: £9,661,711

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI4 - Inner London – East

two.2.4) Description of the procurement

NEL City & Hackney Consolidated Local Enhanced Service Contract

The City & Hackney Consolidated LES contract encompasses 12 Primary Care Enhanced Service specification, which provide a mixture of proactive patient identification and care, enhanced support for people with long term physical and mental health conditions, and improved access to urgent and planned care in community settings (while reducing pressure on emergency and planned services in hospital). Individual service specifications are listed below:

• Community Phlebotomy Service

• Community Wound Care

• Duty Doctor

• Early Years

• End of Life Care (EOLC)

• Long Term Conditions Contract

• Mental Health ADHD

• Primary care anticoagulation

• Primary Care Mental Health Alliance incl DEPOT + Care Plans

• Proactive Care: Home Visiting Service

• Proactive Care: Practice Based Service

• Prostate Cancer Monitoring

Historically, these services have been commissioned under an overarching contract with City and Hackney Integrated Primary Care CIC (previously C&H GP Confederation) who hold sub-contracts with 37 GP contractors in the C&H geographical footprint. This arrangement has ensured 100% population coverage for all enhanced services.

The current provider of the Service is meeting the contractual requirements to a satisfactory level and the intention is to award the providers the contract for a period of 12 months. The period runs from 14th April 2025 - 31st March 2026. This follows the PSR Direct Award Process C as there is no change to the contract terms.

The approximate lifetime value of the contract is £9,661,711.

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

Price - Weighting: 0

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

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 publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by midnight 10 April 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


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

28 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

City & Hackney Integrated Primary Care CIC

London

Country

United Kingdom

NUTS code
  • UKI41 - Hackney and Newham
Companies House

09125623

Internet address

https://www.cityandhackneyintegratedprimarycare.org.uk/

The contractor is an SME

No

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

Total value of the contract/lot: £9,661,711


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 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 decision makers by midnight 10 April 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Written representations should be sent to: hub.psrrepresentation@nhs.net

Award decision makers: NEL Procurement Group

There were no conflict of interest identified in the decision making process.

The provider was scored on a 0 - 4 scale and a % allocation based on importance of the criteria.

The criteria for evaluation had the following weighting :

- Quality and Innovation: 50%

- Value for Money: 15%

- Integration, Collaboration, and Service Sustainability: 15%

- Improving Access, Reducing Health Inequalities, and Facilitating Choice: 10%

- Social Value: 10%

The criteria were applied with their respective weightings as specified. The bidder was successful following evaluation.

six.4) Procedures for review

six.4.1) Review body

NHS North East London Integrated Care Board

London

Country

United Kingdom