Contract

Island Medical and Wood Wharf Practices

  • NHS North East London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-025200

Procurement identifier (OCID): ocds-h6vhtk-051ee5 (view related notices)

Published 22 May 2025, 4:00pm



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

Island Medical and Wood Wharf Practices

Reference number

PRJ2181

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

Alternative Provider Medical Services Contract for Primary Medical Services delivered from Island Medical and Wood Wharf Practices

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: £18,563,576

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI42 - Tower Hamlets

two.2.4) Description of the procurement

The Service is to provide caretaking GP Services from the Island Medical and Wood Wharf Practices, Tower Hamlets.

The contract is to be awarded to the existing provider following a Direct Award Process C.

The term of the contract is from 1st October 2025 to 30th September 2030 (with the option of an extension of up to 2 years).

The indicative value of the contract, including the two-year extension and service charge support is £18,563,576.42, based on the 24-25 GMS global sum.

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: Yes

Description of options

The contract has the option of a two year extension.


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.

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

22 May 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

Hurley Clinic Partnership

Ebenezer House, Kennington Lane,

London

SE11 4HJ

Country

United Kingdom

NUTS code
  • UKI45 - Lambeth
NHS Organisation Data Service

GAC

The contractor is an SME

No

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

Total value of the contract/lot: £18,563,576


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 on 5th June 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: Northeast London ICB Primary Care Commissioning Sub-Committee and Northeast London ICB Procurement Oversight Group There were no conflict of interest identified in the decision-making process. The weightings of the key criteria are based on the ICB's ambitions for healthcare, along with partners https://northeastlondon.icb.nhs.uk/wp[1]content/uploads/2024/05/NEL-Interim-integrated[1]care-strategy-31-January-2023-final.pdf (https://northeastlondon.icb.nhs.uk/wp[1]content/uploads/2024/05/NEL-Interim-integrated-care[1]strategy-31-January-2023-final.pdf). Improving access, reducing health inequalities, and facilitating choice has been given the highest waiting of 30% as reducing inequalities is one of the ICBs six key themes across all services that are commissioned across NEL. Quality and innovation encompass the four system priorities for NEL, so this has been given the next highest waiting of 25%. Value was given a weighting of 20%, as the ICB has a responsibility of ensuring value for money in all services that are commissioned. Integration, collaboration, and service sustainability were weighted at 15% as these are the foundations of the ICB intends to work as a system. Social Value was given a weighting of 10% to reflect the NHS commitment to Net Zero by 2045 and the system's priority to improve local employment and workforce. The provider was assessed on their performance of the key criteria so far and their ability to meet the needs of any future contract. Both current and future performance were given equal weighting for each of the key criteria.

six.4) Procedures for review

six.4.1) Review body

NHS North East London Integrated Care Board

London

Country

United Kingdom