Section one: Contracting authority
one.1) Name and addresses
NHS Cornwall and the Isles of Scilly Integrated Care Board
Part 2S, Chy Trevail, Beacon Technology Park, Dunmere Road, Bodmin
Cornwall
PL31 2FR
Contact
Procurement team
Telephone
+17 26627800
Country
United Kingdom
Region code
UKK30 - Cornwall and Isles of Scilly
Internet address(es)
Main address
Buyer's address
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
Out of Hours GP Services and 111 Helpline IUCS
Reference number
C394910
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Out of Hours GP Services and 111 Helpline IUCS
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: £53,643,702.51
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK30 - Cornwall and Isles of Scilly
two.2.4) Description of the procurement
The aim of the assessment is to identify Cornwall 111 Integrated Urgent Care Service (IUCS) provides 24/7 telephone triage cover as well as Home Visiting and Treatment Centre services on weekday evenings, overnight and all day at weekends (the out of hours period). On Bank Holidays, an additional 300 hours of clinical cover is provided. In addition to this, the service supports the wider CIOS health and care system with a significant number of initiatives focused on admission avoidance such as Ambulance/ED/MIU validations, ITK link, Falls and Right Care Car.
Contract dates: 01/04/2026 - 31/03/2029 (3years)
3 Year Contract Value: £48,206,946.00
two.2.5) Award criteria
Quality criterion - Name: Quality and innovation / Weighting: 20
Quality criterion - Name: Social value / Weighting: 20
Quality criterion - Name: Integration, collaboration and service sustainability / Weighting: 20
Quality criterion - Name: Improving access, reducing health inequalities and facilitating choice / Weighting: 20
Cost criterion - Name: Value / Weighting: 20
two.2.11) Information about options
Options: No
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
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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 20/02/2026. 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
20 February 2026
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
Kernow Health CIC
Kernow Health CIC, 1st Floor Cudmore House, Oak Lane, Truro
Cornwall
TR1 3LP
kernowhealthcic.enquiries@nhs.net
Telephone
+18 72222400
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
07551978
Internet address
http://www.kernowhealthcic.org.uk
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £53,643,702.51
Total value of the contract/lot: £53,643,702.51
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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to decision makers by 04/03/2026. 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 ciosicb.procure@nhs.net.
Decision-makers: Relationship director, Deputy programme lead for urgent, emergency and intermediate care, Transformation and change manager, Procurement manager, Procurement officer, Finance business partner, Quality manager, Emergency Department Consultant.
Conflicts of interest identified among the assessment team: 2 minor conflicts of interest. The non-conflicted members have assessed the nature and risk of this conflict, and have decided which steps to take to avoid or manage it. It was decided this member would assess the information and be involved in the assessment process, but would not be responsible in the final decision making or sign off of this project.
The relevant authority is of the view that the existing provider is satisfying the existing contract to a sufficient standard, according to the detail outlined in the contract, and considering the key criteria and applying the basic selection criteria.
The relevant authority is of the view that the existing provider will likely satisfy the proposed contract to a sufficient standard considering the key criteria and applying the basic selection criteria.
The relevant authority is satisfied where all Basic Selection Criteria are assessed as passed (including any assessment of criteria as non-applicable) and all Key Selection Criteria are assessed as ‘Assured’. The assessment viewed each criterion as stated above to be of equal importance and proportionate to the deliverables within the contract. All criterion is in line with PSR legislation.
six.4) Procedures for review
six.4.1) Review body
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC4Y 1EU
Country
United Kingdom