Contract

Framework VCSOs/SMEs Contracts (re-opening PDPS) for NHS Mid and South Essex ICB

  • NHS Mid and South Essex Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-073600

Procurement identifier (OCID): ocds-h6vhtk-042194

Published 13 November 2025, 2:47pm



Section one: Contracting authority

one.1) Name and addresses

NHS Mid and South Essex Integrated Care Board

Phoenix House, Christopher Martin Rd,

Basildon

SS14 3HG

Contact

NHS Mid and South Essex Integrated Care Board

Email

cariad.burgess@attain.co.uk

Country

United Kingdom

Region code

UKH3 - Essex

National registration number

99E

Internet address(es)

Main address

https://www.midandsouthessex.ics.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

Framework VCSOs/SMEs Contracts (re-opening PDPS) for NHS Mid and South Essex ICB

Reference number

ACE-0780-2024-MSE

two.1.2) Main CPV code

  • 85323000 - Community 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. The awarding of this Framework Agreement (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 Authority intends to award a NHS Standard Contract for this Framework Agreement for Mid and South Essex.

NHS Mid and South Essex Integrated Care Board (herein referred to as the 'Authority') has sought suitably qualified Providers for the establishment of this Framework Agreement for the provision of Voluntary Sector and Specialist SME Contracts in Mid and South Essex (previously referred to as the 'Pseudo Dynamic Purchasing System PDPS') ‘tranche 2’ with the intention of awarding Providers and onboarding them to the list of Pre-Approved Providers for this Framework Agreement.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £1 / Highest offer: £500,000,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Mid and South Essex Health Economy

two.2.4) Description of the procurement

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this Framework Agreement (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 Authority intends to award a NHS Standard Contract for this Framework Agreement for Mid and South Essex.

NHS Mid and South Essex Integrated Care Board (herein referred to as the 'Authority') has sought suitably qualified Providers for the establishment of this Framework Agreement for the provision of Voluntary Sector and Specialist SME Contracts in Mid and South Essex (previously referred to as the 'Pseudo Dynamic Purchasing System PDPS') ‘tranche 2’ with the intention of awarding Providers and onboarding them to the list of Pre-Approved Providers for this Framework Agreement.

The overarching contract period of this Framework Agreement is from the 01/04/2024 – 31/03/2028 (a total of 4-years), with this Tranche 2 (the re-opening of the framework) period from the 18/06/2025 – 17/06/2026. The Framework will re-open on annual basis, as outlined in the tender documentation.

After completing the assessment of tenders, the Authority awards to the Providers that met the minimum requirements to join this Framework Agreement (FA).

This FA has no activity guarantee, with a minimum contract value of £0.00 per annum. This notice has reflected a minimum value of £1.00 due to an error on this form which prevents the true figure of £0.00 per annum being illustrated in Section II.1.7) of this form. The minimum contract value of £0.00 pa and maximum indicative aggregate contract value £500million. This indicative value was calculated by using the Authority's actual annual spend across a wide range of voluntary, small and medium-sized enterprises, specialist and locality specific purpose led services across the entire geography of Mid and South Essex.

Any call-off from this Framework will be run in accordance with the Framework Agreement documentation and will be published separately in accordance with the regulations.

two.2.5) Award criteria

Quality criterion - Name: PSR Key Criteria 1 - Quality and Innovation / Weighting: 40.00%

Quality criterion - Name: PSR Key Criteria 2 - Value / Weighting: Pass/Fail

Quality criterion - Name: PSR Key Criteria 3 - Integration, Collaboration and Service Sustainability / Weighting: 40.00%

Quality criterion - Name: PSR Key Criteria 4 - Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 10.00%

Quality criterion - Name: PSR Key Criteria 5 - Social Value / Weighting: 10.00%

Price - Weighting: 100

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

The service that this notice relates is within scope of the Provider Selection Regime (PSR). The Authority is bound only by the Health Care Services (Provider Selection Regime) Regulations 2023.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 000-015375


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Arke Ltd

The Coach House, Heywood House, Heywood, Westbury,

Wiltshire

BA13 4NA

Country

United Kingdom

NUTS code
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

College Health Ltd

50 College Road,

Maidstone

ME15 6SB

Country

United Kingdom

NUTS code
  • UKH - East of England
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

First Point 24 Ltd

3 Alexandra Street,

Southend on Sea

SS1 1BX

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Frontline Referrals Ltd

Citizens Advice Bureau, Barnards Yard,

Saffron Walden, Essex

CB11 4EB

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Headway Essex

The Headway Centre, Woodland Walk,

Colchester,

CO4 6DH

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Learna Limited

Ty Bevan, Unit 24, Lambourne Crescent,

Cardiff

CF14 5GF

Country

United Kingdom

NUTS code
  • UKL - Wales
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Nouvita Healthcare Ltd

33-35 Wellfield Rd

Hatfield

AL10 0BY

Country

United Kingdom

NUTS code
  • UKH - East of England
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

OptimalCarePlus Limited

Building 13, Suite 113, Thames Enterprise Centre, Thames Industrial Park,

East Tilbury,

RM18 8RH

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


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 October 2025

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Southend Care Ltd

Brook Meadows House, Burr Hill Chase,

Westcliff on Sea,

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £0.01


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this Framework Agreement (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 Authority intends to award a NHS Standard Contract for this Framework Agreement for Mid and South Essex. NHS Mid and South Essex Integrated Care Board (herein referred to as the 'Authority') has sought suitably qualified Providers for the establishment of this Framework Agreement for the provision of Voluntary Sector and Specialist SME Contracts in Mid and South Essex (previously referred to as the 'Pseudo Dynamic Purchasing System PDPS') ‘tranche 2’ with the intention of awarding Providers and onboarding them to the list of Pre-Approved Providers for this Framework Agreement.

Please note that this form has a mandatory minimum requirement for at least '1' to be marked against the below statements. The true number should be read as '0'.

Section V Award of Contract:

V.2.2) Information about tenders:

- Number of tenders received from tenderers from other EU Member States: '0'

The overarching contract period of this Framework Agreement is from the 01/04/2024 – 31/03/2028 (a total of 4-years), with this Tranche 2 (the re-opening of the framework) period from the 18/06/2025 – 17/06/2026. The Framework will re-open on annual basis, as outlined in the tender documentation with each round (re-opening) advertised appropriately on the FTS Platform.

After completing the assessment of tenders, the Authority awards to the Providers that met the minimum requirements to join this Framework Agreement (FA). This FA has no activity guarantee, with a minimum contract value of £0.00 per annum. This notice has reflected a minimum value of £1.00 due to an error on this form which prevents the true figure of £0.00 per annum being illustrated in Section II.1.7) of this form. The minimum contract value of £0.00 pa and maximum indicative aggregate contract value £500million. This indicative value was calculated by using the Authority's actual annual spend across a wide range of voluntary, small and medium-sized enterprises, specialist and locality specific purpose led services across the entire geography of Mid and South Essex.

Any call-off from this Framework will be run in accordance with the Framework Agreement documentation and will be published separately in accordance with the regulations.

DECISION MAKING PROCESS:

The selected providers were selected due to achieving the minimum requirements (and at least 50% pass-score threshold) across the key criteria used. The providers have been assessed and passed against the relevant key criteria.

Basic Selection Criteria was set out in the procurement documentation, the Selection Questionnaire (SQ) and were scored Pass/Fail. The Key Criteria was:

PSR Key Criteria 1 - Quality and Innovation 40.00%

PSR Key Criteria 2 - Value Pass/fail

PSR Key Criteria 3 - Integration, Collaboration and Service Sustainability 40.00%

PSR Key Criteria 4 - Improving Access, Reducing Health Inequalities and Facilitating Choice 10.00%

PSR Key Criteria 5 - Social Value 10.00%

The award decision makers: NHS Mid and South Essex ICB Board

There were no conflicts of interest identified among the procurement project group members approving the award of the procurement.

The standstill period will start on 13th November 2025 and will expire at midnight on 25th November 2025. Any representations must be made in writing before midnight 25th November 2025 by email to cariad.burgess@attain.co.uk and clearly articulate any suspected breach in the Provider Selection Regime (PSR). This will then be reviewed by the Authority's PSR Representation Review Panel.

six.4) Procedures for review

six.4.1) Review body

NHS Mid and South Essex Integrated Care Board

Phoenix House, Christopher Martin Rd,

Basildon

SS14 3HG

Email

cariad.burgess@attain.co.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS Mid and South Essex Integrated Care Board

Phoenix House, Christopher Martin Rd,

Basildon

SS14 3HG

Email

cariad.burgess@attain.co.uk

Country

United Kingdom