Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Cath Hadfield
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
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
HMP Fosse Way - Integrated Healthcare Services
Reference number
PPG/Fosse 2025
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Integrated Healthcare Services at HMP Fosse Way.
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: £38,108,065
two.2) Description
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKF22 - Leicestershire CC and Rutland
Main site or place of performance
HMP Fosse Way
two.2.4) Description of the procurement
Integrated Prison Healthcare Services for primary healthcare including dental and optometry services, mental health and substance misuse services.
This notice is confirmation of an award having been made due to urgent circumstances as the incumbent provider has unexpectedly served notice on the contract.
The contract period is for an initial period of 4 years from 1st July 2025 to 30th June 2029 with option to extend for 12 months. The total contract value for the 5 years is £38,108,065.
two.2.5) Award criteria
Quality criterion - Name: to address immediate risks to safety and quality of care / Weighting: 100
Price - Weighting: 0
two.2.11) Information about options
Options: Yes
Description of options
Initial period of 4 years with an option to extend for a further 1 year.
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:
See Section VI.3 - Additional Information
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
31 July 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
Practice Plus Group - Health and Rehabilitation Services Limited
1330 Arlington Business Park
Theale, Reading
RG7 4SA
Country
United Kingdom
NUTS code
- UKJ11 - Berkshire
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: £38,108,065
Total value of the contract/lot: £38,108,065
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 Procurement Act Regulations 2023 do not apply to this award.
Justification for Urgent award:-
The contract award must be made urgently as the incumbent provider has unexpectedly served notice on the contract
The incumbent provider decision was not foreseeable as this was a decision made by the Executive Board which the relevant authority is not party to.
NHS England has a statutory duty to commission healthcare services in places of detention; failure to award this contract would be a breach of this duty and result in harm to this vulnerable patient group as there would be no alternative accessible healthcare services'
Justification for Contract length:-
The new service contract will take a minimum of two years to embed, service development opportunities to be realised and the desired improvements in patient outcomes to be monitored.
Procurement of new healthcare services can then be based on an improved outcomes for patients and mature service delivery models.
The Offender Health market offers a limited number of providers; the contract duration will afford commissioners time to review optimal service delivery models and stimulate the market to attract more providers ahead of a full procurement
Advice from National colleagues recommends the addition of an option to extend the contract for 12 months providing a 5-year contract length, the minimum contract length recognised as good practice.
This decision was approved by NHS England Regional Commissioning Group on 01 May 2025.
There are no conflicts or potential conflicts of interest.
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.4) Service from which information about the review procedure may be obtained
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom