Contract

NHS SY ICB - COVID Medicine Decision Unit

  • NHS South Yorkshire Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-051158

Procurement identifier (OCID): ocds-h6vhtk-058d86

Published 26 August 2025, 10:30am



Section one: Contracting authority

one.1) Name and addresses

NHS South Yorkshire Integrated Care Board

197 Eyre Street

Sheffield

S1 3FG

Contact

Procurement department

Email

syicb.procurement@nhs.net

Country

United Kingdom

Region code

UKE32 - Sheffield

Internet address(es)

Main address

https://www.southyorkshire.icb.nhs.uk/

Buyer's address

https://www.southyorkshire.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

NHS SY ICB - COVID Medicine Decision Unit

two.1.2) Main CPV code

  • 85121100 - General-practitioner services

two.1.3) Type of contract

Services

two.1.4) Short description

The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value.

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: £96,650

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE3 - South Yorkshire
Main site or place of performance

South Yorkshire

two.2.4) Description of the procurement

The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value.

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: 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

two.2.14) Additional information

Key criteria 1. Quality and innovation - Weighting 20%

The service provider submits monthly performance metrics to the commissioner. These reports compare actual performance against the service specification. To date, the performance metrics have been met routinely, and there is no evidence to show they would falter in the future.

Key criteria 2. Value - Weighting 30%

The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value.
The provider has met all key indicators detailed in the service specification, and there are currently no performance issues with the CMDU contract.

Key criteria 3. Integration, collaboration and service sustainability - Weighting 20%

he Provider will work collaboratively with Acute Trust providers to provide IV antiviral therapies for individuals who are not eligible for oral treatments. The Provider will also ensure that patients' GPs are informed of patient outcomes promptly.
Additionally, the Provider will contribute to provide clinician education around COVID-19 treatment for General Practitioners at local education sessions organised by the Commissioner or by provided online resources.

key criteria 4. Improving access, reducing health inequalities and facilitating choice - Weighting 20%

The service is available to those who meet the NICE eligibility criteria, ensuring those patients receive safe and timely treatments, irrespective of patient location or accessibility.
Service provision is based on NICE NG191. Remote triage and prescribing enable access to patients irrespective of location or accessibility.

Key criteria 5. Social value - Weighting 10%

The service has been designed so that no additional premises is needed and patients or staff are not required to travel for the consultation. Their ability to prescribe using EPS means that medication can be collected from the patient's local pharmacy, reducing lengthy travel.


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 Procurement Act 2023 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 midnight on the 5th September 2025. 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: 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

22 August 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

Primary Care Sheffield Ltd

8 Kenwood Park Road, S7 1NF

Sheffield

S7 1NF

Country

United Kingdom

NUTS code
  • UKE32 - Sheffield
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: £96,650

Total value of the contract/lot: £96,650


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 Procurement Act 2023 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 midnight on the 4th September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Representations should be sent via email to - syicb-sheffield.syicb.procurement@nhs.net

The contract award decision makers were - South Yorkshire Formal Executive Group

No conflicts of interest were identified.

The name and address of the provider is:

Primary Care Sheffield Limited,
28 Kenwood Park Road,
S7 1NF

six.4) Procedures for review

six.4.1) Review body

Independent patient choice and procurement panel

Wellington House

London

SE1 8UG

Country

United Kingdom