Section one: Contracting authority
one.1) Name and addresses
NHS Mid and South Essex Integrated Care Board
Phoenix House, Christopher Martin Rd,
Basildon
SS14 3HG
Contact
NHS Mid and South Essex Integrated Care Board
Country
United Kingdom
Region code
UKH3 - Essex
National registration number
99E
Internet address(es)
Main address
https://www.midandsouthessex.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
Physical Health Check for Severe Mental Health Problems (SMI) Service
Reference number
ACE-0826-2025-MSE
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
Urgent award notice under the Provider Selection Regime 2023 for the provision of Physical Health Checks for Serious Mental Illness (SMI) Services for NHS Mid and South Essex Integrated Care Board (herein referred to as 'the Authority').
The awarded contract is for the provision of Physical Health Checks for Serious Mental Illness (SMI) Services, that are aimed at improving mental health outcomes by monitoring and managing the physical health of individuals with severe mental illnesses (SMI). The aim is early detection, prevention, and intervention to improve overall health outcomes.
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: £395,842
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH3 - Essex
Main site or place of performance
Mid and South Essex Health Economy
two.2.4) Description of the procurement
Urgent award notice under the Provider Selection Regime 2023 for the provision of Physical Health Checks for Serious Mental Illness (SMI) Services for NHS Mid and South Essex Integrated Care Board (herein referred to as 'the Authority').
The awarded contract is for the provision of Physical Health Checks for Serious Mental Illness (SMI) Services, that are aimed at improving mental health outcomes by monitoring and managing the physical health of individuals with severe mental illnesses (SMI). The aim is early detection, prevention, and intervention to improve overall health outcomes.
This contract is being awarded on an urgent basis due to the abandoned Most Suitable Provider (MSP) procurement process (Notice Number 2025/S 000-011414 | Notice Reference 2025-041405) necessitating the continuation of services with the current provider to avoid disruption. A delay in awarding this contract through standard procurement routes would have led to a service gap, negatively impacting service users by increasing waiting times and deteriorating mental health conditions.
Due to urgent circumstances, the Authority has awarded a 12 month contract to incumbent provider: Hertfordshire Partnership University NHS Foundation Trust (HPFT)
The contract period is for a total of 12 months from 01st April 2025 - 31st March 2026. The total aggregate contract value is estimated at £395,842.00
two.2.5) Award criteria
Quality criterion - Name: to address immediate risks to safety and quality of care / Weighting: 100
Price - Weighting: 100
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 contract has been awarded under the urgent circumstances provision of the Provider Selection Regime (PSR). This contract has been awarded under 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 in this award.
Rationale as to why this provider has been awarded:
In line with the guidance for exemptions in urgent situations under the Public Contracts Regulations (PSR), the current provider has been awarded the contract due to the following reasons:
•Continuity of Care: The current provider has established relationships with service users, ensuring seamless care and avoiding disruption that could arise from transitioning to a new provider.
•Immediate Capacity and Expertise: The provider possesses the necessary infrastructure, workforce, and clinical expertise to continue delivering services without requiring additional mobilisation time.
•Avoidance of Service Gap: Appointing a new provider would require a significant transition period, during which service users could experience delays or a temporary lack of access to critical mental health support.
•Compliance with Urgent Procurement Regulations: this urgent award is justified as the ICB has identified extreme urgency that prevents the implementation of a competitive tender process to cover the service provision. The abandoned MSP procurement process has necessitated this approach to protect patient care, whilst a competitive procurement approach is being undertaken by the Authority to identify the most suitable and capable provider in order to award a single contract for these services.
•Minimisation of Service Disruption: The incumbent provider is already embedded within the service infrastructure, ensuring minimal risk of disruption during the continuation of the contract.
Proposed review date to conduct a full application of the PSR for that service: N/A as the Authority is undergoing pre-procurement planning for a competitive procurement process to determine the most technically capable provider to award these services.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
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
1 April 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
Hertfordshire Partnership University NHS Foundation Trust
The Colonnades, Beaconsfield Road,
Hatfield, Hertfordshire
AL10 8YE
Country
United Kingdom
NUTS code
- UKH - East of England
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £395,842
Section six. Complementary information
six.3) Additional information
This contract has been awarded under the urgent circumstances provision of the Provider Selection Regime (PSR). This contract has been awarded under 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 in this award.
Proposed review date to conduct a full application of the PSR for that service: N/A as the Authority is undergoing pre-procurement planning for a competitive procurement process to determine the most technically capable provider to award these services.
Details of Decision Makers:
Mid and South Essex ICB Operation Group
Mid and South Essex ICB Executive Team
Rationale as to why this provider has been awarded:
In line with the guidance for exemptions in urgent situations under the Public Contracts Regulations (PSR), the current provider has been awarded the contract due to the following reasons:
•Continuity of Care: The current provider has established relationships with service users, ensuring seamless care and avoiding disruption that could arise from transitioning to a new provider.
•Immediate Capacity and Expertise: The provider possesses the necessary infrastructure, workforce, and clinical expertise to continue delivering services without requiring additional mobilisation time.
•Avoidance of Service Gap: Appointing a new provider would require a significant transition period, during which service users could experience delays or a temporary lack of access to critical mental health support.
•Compliance with Urgent Procurement Regulations: this urgent award is justified as the ICB has identified extreme urgency that prevents the implementation of a competitive tender process to cover the service provision. The abandoned MSP procurement process has necessitated this approach to protect patient care, whilst a competitive procurement approach is being undertaken by the Authority to identify the most suitable and capable provider in order to award a single contract for these services.
•Minimisation of Service Disruption: The incumbent provider is already embedded within the service infrastructure, ensuring minimal risk of disruption during the continuation of the contract.
No conflicts of interest have been identified. The Authority is managing COIs as part of the procurement process.
six.4) Procedures for review
six.4.1) Review body
NHS Mid and South Essex Integrated Care Board
Phoenix House, Christopher Martin Rd,
Basildon
SS14 3HG
Country
United Kingdom