Contract

NHSE1068 - Primary Care and Mental Health Services for West Yorkshire Adult Male Prisons

  • NHS England - North East and Yorkshire Health and Justice Team

F03: Contract award notice

Notice identifier: 2025/S 000-083117

Procurement identifier (OCID): ocds-h6vhtk-050d74 (view related notices)

Published 16 December 2025, 9:06am



Section one: Contracting authority

one.1) Name and addresses

NHS England - North East and Yorkshire Health and Justice Team

Leeds, West Yorkshire

Email

necsu.neprocurement@nhs.net

Country

United Kingdom

Region code

UK - United Kingdom

NHS Organisation Data Service

Y63

Internet address(es)

Main address

https://www.england.nhs.uk/north-east-yorkshire/

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

NHSE1068 - Primary Care and Mental Health Services for West Yorkshire Adult Male Prisons

Reference number

NHSE1068

two.1.2) Main CPV code

  • 85000000 - Health and social work services

two.1.3) Type of contract

Services

two.1.4) Short description

This is an INTENTION TO AWARD Notice following The Health Care Services (Provider Selection Regime) Regulations 2023 - Competitive Process.

North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS England - North East and Yorkshire Health and Justice Team (the Relevant Authority) who have undertaken a competition process to provide Primary Care Services (including Substance Misuse) and Mental Health Services (including Learning Disabilities and Autism) for West Yorkshire adult male prisons within His Majesty's Prison and Probation Service (HMPPS).

Contract Start Date: 01 April 2026

Contract End Date: 31 March 2032

The contract term is for an initial period of 6 years, with an option to extend for a further 2 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

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: £122,297,504

two.2) Description

two.2.2) Additional CPV code(s)

  • 85141000 - Services provided by medical personnel

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

This is an INTENTION TO AWARD Notice following The Health Care Services (Provider Selection Regime) Regulations 2023 - Competitive Process.

This is an intention to award notice to advise that the relevant authority intends to award a contract under a competitive process under the Health Care Services (Provider Selection Regime) regulations 2023. For the avoidance of doubt, the provisions of the Procurement Regulations 2024 (Procurement Act 2023) and Public Contracts Regulations 2015 do not apply to this award.

NHSE1068 - Primary Care Services (including Substance misuse) and Mental Health Services (including Learning Disabilities and Autism) for West Yorkshire Adult Male Prisons within His Majesty's Prison and Probate Service (HMPPS).

Contract Start Date: 01 April 2026

Contract End Date: 31 March 2032

The contract term is for an initial period of 6 years, with an option to extend for a further 2 years at the discretion of the Relevant Authority and subject to satisfactory contractual and financial performance.

Contract Value: £122,297,504

This is an Existing and incumbent provider.

two.2.5) Award criteria

Quality criterion - Name: Key Criteria 1: Quality and Innovation / Weighting: 51

Quality criterion - Name: Key Criteria 2: Integration, Collaboration and Service Sustainability / Weighting: 12

Quality criterion - Name: Key Criteria 3: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: 12

Quality criterion - Name: Key Criteria 4: Social Value / Weighting / Weighting: 10

Cost criterion - Name: Key Criteria 5: Value (Price) / Weighting: 15

two.2.11) Information about options

Options: No

two.2.14) Additional information

The Relevant Authority assessed the five key criteria against the service requirements and determined the relative importance of each, as outlined below and detailed within the provider response documentation. The contract award criteria are specified in the provider response documents.


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-051131


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

13 December 2025

five.2.2) Information about tenders

Number of tenders received: 3

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

five.2.3) Name and address of the contractor

Practice Plus Group Health and Rehabilitation Services Limited

1330 Arlington Business Park

Reading, Berkshire

RG7 4SA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Companies House

10498997

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: £122,297,504

Total value of the contract/lot: £122,297,504


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 Regulations 2024 (Procurement Act 2023) and Public Contracts Regulations 2015 do not apply to this award.

This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. A contract will not be awarded until after the 9th working day following standstill. 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 31 December 2025. Any representations should be sent via the Atamis messaging portal and/or via email to necsu.neprocurement@nhs.net

The individual(s) making the award decision are:

· NHS England - North East and Yorkshire (Health and Justice Team) Local Governance Group and Regional Leadership Group.

· Senior Commissioning Manager - Health and Justice

· Consultant in Public Health

· Head of Health and Justice

· Commissioning Manager

· Senior Nursing and Quality Manager

· Pharmaceutical Adviser

· Programme Officer

· Health and Justice Public Health Specialist

· Lead Commissioner for Secure and Detained Estate

· Custodial Senior Commissioning Manager

· Public Health Speciality Registrar

· Quality and Safety Lead

· Deputy Governor

· Head of Residence

· Lived Experience Evaluator

There were no declared potential conflicts of interest for individuals making the award decision.

Conflicts of interest were completed by all involved in the process and no potential conflicts were identified.

The scoring criteria for the Basic Selection Criteria Questions were either evaluated as Pass/Fail or For Information.

The Relevant Authority considered the five key criteria against the service requirements and determined the relative importance of each, as outlined below and detailed within in the provider response documentation.

Quality and Innovation - 51%

Value (price) - 15%

Integration, Collaboration and Service Sustainability - 12%

Improving Access, Reducing Health Inequalities and Facilitating Choice - 12%

Social Value - 10%

The successful provider was selected based on offering the most advantageous Provider response by scoring the highest combined score for quality (key criteria) and finance, evaluated against the published evaluation criteria as detailed within the provider response documentation. As a result, they are the recommended provider and have been awarded the contract, subject to final agreement.

six.4) Procedures for review

six.4.1) Review body

NHS England - North East and Yorkshire - Health and Justice Team

Leeds

Email

necsu.neprocurement@nhs.net

Country

United Kingdom