Section one: Contracting authority
one.1) Name and addresses
NHS England
Wellington House, 133-135 Waterloo Rd
London
SE1 8UG
Contact
Martyna Migas
Country
United Kingdom
Region code
UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
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
Provision of Integrated Healthcare Services in Norfolk prisons and Liaison and Diversion Service in Norfolk and Suffolk
Reference number
AG25503
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
This is a Provider Selection Regime (PSR) intention to award notice following a competitive process for the provision Integrated Healthcare Services in Norfolk prisons and Liaison and Diversion Service in Norfolk and Suffolk.
This is a Provider Selection Regime (PSR) intention to award notice confirming the Contracting Authorities intention to award the following Lots:
Lot 1: Norfolk prisons consisting of HMP Bure, HMP Wayland and HMP Norwich
Lot 2: Liaison and Diversion (L&D) Services in Norfolk and Suffolk.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £123,343,840
two.2) Description
two.2.1) Title
Lot 1: Norfolk Prisons
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
- UKH17 - Breckland and South Norfolk
two.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice following a competitive process for the provision Integrated Healthcare services in Norfolk prisons consisting of HMP Bure, HMP Wayland and HMP Norwich.
The Service will commence on 01/04/2025 for a period of 4 years with the Commissioner having the option to extend the Contract for up to a further 2 years
The total contract value including extensions is £104,457,921
Key criteria were as follows
Service Delivery - Section weighting total 8%
Key Criteria: Section 1: Quality & Innovation - Section weighting total 19%
Key Criteria: Section 2: Value - Section weighting total 20%
Key Criteria: Section 3: Integration, Collaboration & Service Sustainability- Section weighting total 25%
Key Criteria: Section 4 Improving Access, Reducing Health Inequalities and Facilitating Choice - Section weighting total 13%
Key Criteria: Section 5: Social Value - Section weighting total 10%
Provider Interviews - Section weighting total 5%
two.2.5) Award criteria
Quality criterion - Name: 80 / Weighting: Quality
Price - Weighting: 20
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
This is a Provider Selection Regime (PSR) Contract 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.
two.2) Description
two.2.1) Title
Lot 2: Norfolk and Suffolk Liaison & Diversion
Lot No
2
two.2.2) Additional CPV code(s)
- 85312500 - Rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKH14 - Suffolk
- UKH15 - Norwich and East Norfolk
- UKH16 - North and West Norfolk
- UKH17 - Breckland and South Norfolk
two.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice following a competitive process for the provision of Liaison & Diversion in Norfolk and Suffolk.
The Service will commence on 01/04/2026 for a period of 4 years with the Commissioner having the option to extend the Contract for up to a further 2 years
The total contract value including extensions is £18,231,756
Key Criteria Questions were as follows
Key Criteria: Section 1: Quality & Innovation -Section weighting total 37%
Key Criteria: Section 2: Value - Section weighting total 20%
Key Criteria: Section 3: Integration, Collaboration & Service Sustainability - Section weighting total 13%
Key Criteria: Section 4 Improving Access, Reducing Health Inequalities and Facilitating Choice - Section weighting total 15%
Key Criteria: Section 5: Social Value - Section weighting total 10%
Provider Interviews - Section weighting total 5%
two.2.5) Award criteria
Quality criterion - Name: 80 / Weighting: Quality
Price - Weighting: 20
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
This is a Provider Selection Regime (PSR) Contract 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.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-039154
Section five. Award of contract
Lot No
1
Title
Lot 1: Integrated Healthcare services in Norfolk prisons consisting of HMP Bure, HMP Wayland and HMP Norwich
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 October 2025
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
HCRG Care Services Limited
The Heath Business and Technical Park
Runcorn
WA7 4QX
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
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: £104,457,921
Total value of the contract/lot: £104,457,921
Section five. Award of contract
Lot No
2
Title
Lot 2: Norfolk and Suffolk Liaison & Diversion service
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 October 2025
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Norfolk and Suffolk NHS Foundation Trust
County Hall, Martineau Lane
Norwich
NR1 2DH
Country
United Kingdom
NUTS code
- UKH1 - East Anglia
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: £18,231,756
Total value of the contract/lot: £18,231,756
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the HealthCare 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by midnight on 6th November, 2025.
Award decision makers: NHS England - East of England
No conflict of interest were identified during the process.
The chosen providers were selected due to achieving the highest scores across the key criteria used. The provider has been assessed and passed against the relevant basic selection criteria.
six.4) Procedures for review
six.4.1) Review body
Independent Choice and Procurement Panel.
Wellington House
London
SE1 8UG
Country
United Kingdom