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
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