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
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
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
Country
United Kingdom