Section one: Contracting authority
one.1) Name and addresses
NHS South Yorkshire Integrated Care Board
197 Eyre Street
Sheffield
S1 3FG
Contact
Procurement department
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