Notice Information
Notice Title
Brighton Station Health Centre Walk-In Service and GP List
Notice Description
NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract following the competitive process of the UK Health Care Services (PSR) Regulations 2023 for Brighton Station Health Centre Walk-In Service and GP List. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C255036) at: https://healthfamily.force.com/s/Welcome by midnight (23:59) on 30/10/24. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. This direct award is for a maximum period of 108 months (84 months + 24 months option to extend) The service value is PS2,373,647 per annum.
Lot Information
Lot 1
NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract following the competitive process of the UK Health Care Services (PSR) Regulations 2023 for Brighton Station Health Centre Walk-In Service and GP List. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C255036) at: https://healthfamily.force.com/s/Welcome by midnight (23:59) on 30/10/24. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. This direct award is for a maximum period of 108 months (84 months + 24 months option to extend) Contract set to commence 1st April 2025 and end 31st March 2032, with an option to extend by 24 months to end 31st March 2034. The service value is PS2,373,647 per annum. The total maximum contract value for the 7-year Contract is PS16,615,529. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of PS21,362,823 over 9 years (7 plus 2) if the full contract term is fulfilled. This is an existing service that will be provided by the existing provider. Description of the services: The GP Registered List: The APMS registered list will offer primary care services to patients resident within the practice boundary which comprises the city of Brighton and Hove, who wish to register with the practice. Primary Care services will be delivered in accordance with the national APMS contract, amended annually through a national contract variation. In addition, patients will be offered Locally Commissioned Services as agreed with NHS Sussex. Weight Management Services and Learning Disabilities Health Check Scheme will also be offered to appropriate registered patients. The walk-in service: The walk-in service will offer the following services to both registered and non-registered patients resident in Brighton and Hove, and those visiting the city. Mainly walk-in consultations minor illness and minor injury diagnosis and treatment * a multi-disciplinary team and/or approach * directly bookable appointments into the service from NHS111 * directly bookable capability into other services for urgent onward referral * health promotion, signposting, information on self-directed referrals and social prescribing capability * support, advice, and information on registering with a GP practice if not already registered * real time data on appointments and service capacity available to patients and the wider system. Service Aims * Provide timely primary care medical services to registered patients who are resident in the practice boundary area of Brighton and Hove. * Improve access to urgent primary care for the communities of, and visitors to, Brighton and Hove via a walk-in service. * Reduce the need for unheralded attendance at ED and UTC ensuring patients are seen in the most appropriate setting for their needs. * Support primary care resilience in the city. * Integrate with other services in the city in the development of Integrated Care Teams and the ongoing development of the Deans and Central Brighton Primary Care Network (PCN). The contract award criteria are specified in the procurement documents.
Options: 2-year extension option after the initial 7 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04526c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016264-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £20,712,384 £10M-£100M
- Lots Value
- £20,712,384 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £21,362,823 £10M-£100M
Notice Dates
- Publication Date
- 22 Apr 202510 months ago
- Submission Deadline
- 16 May 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Oct 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUSSEX INTEGRATED CARE BOARD (ICB)
- Contact Name
- Stuart Meredith
- Contact Email
- stuart.meredith1@nhs.net
- Contact Phone
- Not specified
Buyer Location
- Locality
- LEWES
- Postcode
- BN7 2FZ
- Post Town
- Brighton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ22 East Sussex CC
- Delivery Location
- TLJ21 Brighton and Hove
-
- Local Authority
- Lewes
- Electoral Ward
- Lewes Bridge
- Westminster Constituency
- Lewes
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04526c-2025-04-22T14:24:42+01:00",
"date": "2025-04-22T14:24:42+01:00",
"ocid": "ocds-h6vhtk-04526c",
"initiationType": "tender",
"tender": {
"id": "C255036",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Brighton Station Health Centre Walk-In Service and GP List",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract following the competitive process of the UK Health Care Services (PSR) Regulations 2023 for Brighton Station Health Centre Walk-In Service and GP List. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C255036) at: https://healthfamily.force.com/s/Welcome by midnight (23:59) on 30/10/24. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. This direct award is for a maximum period of 108 months (84 months + 24 months option to extend) The service value is PS2,373,647 per annum.",
"value": {
"amount": 20712384,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "NOTIFICATION OF INTENTION TO AWARD: NHS Sussex ICB is intending to award a contract following the competitive process of the UK Health Care Services (PSR) Regulations 2023 for Brighton Station Health Centre Walk-In Service and GP List. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be submitted to the relevant authority via the project (Atamis reference no. C255036) at: https://healthfamily.force.com/s/Welcome by midnight (23:59) on 30/10/24. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. This direct award is for a maximum period of 108 months (84 months + 24 months option to extend) Contract set to commence 1st April 2025 and end 31st March 2032, with an option to extend by 24 months to end 31st March 2034. The service value is PS2,373,647 per annum. The total maximum contract value for the 7-year Contract is PS16,615,529. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of PS21,362,823 over 9 years (7 plus 2) if the full contract term is fulfilled. This is an existing service that will be provided by the existing provider. Description of the services: The GP Registered List: The APMS registered list will offer primary care services to patients resident within the practice boundary which comprises the city of Brighton and Hove, who wish to register with the practice. Primary Care services will be delivered in accordance with the national APMS contract, amended annually through a national contract variation. In addition, patients will be offered Locally Commissioned Services as agreed with NHS Sussex. Weight Management Services and Learning Disabilities Health Check Scheme will also be offered to appropriate registered patients. The walk-in service: The walk-in service will offer the following services to both registered and non-registered patients resident in Brighton and Hove, and those visiting the city. Mainly walk-in consultations minor illness and minor injury diagnosis and treatment * a multi-disciplinary team and/or approach * directly bookable appointments into the service from NHS111 * directly bookable capability into other services for urgent onward referral * health promotion, signposting, information on self-directed referrals and social prescribing capability * support, advice, and information on registering with a GP practice if not already registered * real time data on appointments and service capacity available to patients and the wider system. Service Aims * Provide timely primary care medical services to registered patients who are resident in the practice boundary area of Brighton and Hove. * Improve access to urgent primary care for the communities of, and visitors to, Brighton and Hove via a walk-in service. * Reduce the need for unheralded attendance at ED and UTC ensuring patients are seen in the most appropriate setting for their needs. * Support primary care resilience in the city. * Integrate with other services in the city in the development of Integrated Care Teams and the ongoing development of the Deans and Central Brighton Primary Care Network (PCN). The contract award criteria are specified in the procurement documents.",
"value": {
"amount": 20712384,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3240
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"options": {
"description": "2-year extension option after the initial 7 years."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "The contract award criteria are specified in the procurement documents.",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ21"
},
{
"region": "UKJ21"
}
],
"relatedLot": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
}
]
}
],
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Providers should be appropriately CQC registered.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2024-05-16T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2024-05-16T12:30:00+01:00"
},
"bidOpening": {
"date": "2024-05-16T12:30:00+01:00"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "The Commissioner has a maximum financial envelope available of PS2,301,376 per annum. The total maximum contract value for the 7-year Contract is PS16,109,632. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of PS20,712,384 over 9 years (7 plus 2) if the full contract term is fulfilled. Contract start date will be 1st April 2025. Bidders are required to have a minimum annual turnover or PS2.3 million pounds (2022/23) to be eligible for award of this contract."
},
"newValue": {
"text": "The originally advertised annual contract value has been adjusted. The annual contract value for this tender will be the following: The Commissioner has a maximum financial envelope available of PS2,373,647 per annum. The total maximum contract value for the 7-year Contract is PS16,615,529. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of PS21,362,823 over 9 years (7 plus 2) if the full contract term is fulfilled. Contract start date will be 1st April 2025. Bidders are required to have a minimum annual turnover or PS2.373 million pounds (2022/23) to be eligible for award of this contract."
},
"where": {
"section": "II.1.4",
"label": "Short description"
}
},
{
"oldValue": {
"text": "The Commissioner has a maximum financial envelope available of PS2,301,376 per annum. The total maximum contract value for the 7-year Contract is PS16,109,632. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of PS20,712,384 over 9 years (7 plus 2) if the full contract term is fulfilled. Contract start date will be 1st April 2025. Bidders are required to have a minimum annual turnover or PS2.3 million pounds (2022/23) to be eligible for award of this contract."
},
"newValue": {
"text": "The originally advertised annual contract value has been adjusted. The annual contract value for this tender will be the following: The Commissioner has a maximum financial envelope available of PS2,373,647 per annum. The total maximum contract value for the 7-year Contract is PS16,615,529. At the end of the initial contract term the Commissioner will have an extension option for a further 2-year (1 x 24 month) period available which will be awarded at their discretion, giving a maximum possible contract value of PS21,362,823 over 9 years (7 plus 2) if the full contract term is fulfilled. Contract start date will be 1st April 2025. Bidders are required to have a minimum annual turnover or PS2.373 million pounds (2022/23) to be eligible for award of this contract."
},
"where": {
"section": "II.2.4",
"label": "Description of the procurement"
}
},
{
"oldValue": {
"text": "Value excluding VAT: PS20,712,384"
},
"newValue": {
"text": "Value excluding VAT: PS21,362,823"
},
"where": {
"section": "II.2.6",
"label": "Estimated value"
}
},
{
"oldValue": {
"text": "Value excluding VAT: PS20,712,384"
},
"newValue": {
"text": "Value excluding VAT: PS21,362,823"
},
"where": {
"section": "II.1.5",
"label": "Estimated total value"
}
}
]
},
{
"id": "3",
"description": "This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and Procurement Act 2023 do not apply to this award. This contract has now been formally awarded using the Competitive Process. Contract award: 4th December, 2024. Contract term: 7 years with option to extend for one period of 2 years. Contract start date: 1 April 2025 Contract end date: 31 March 2032 Option to extend by 1 x 24-month period to 31 March 2034 Contract value per annum: PS2,373,647 Total contract value (including extension): PS21,362,823 There was a representation received during the standstill period, which was reviewed by the Head of Contracting and Procurement for the NHS Sussex ICB and the Director of Contracts for NHS Kent & Medway ICB. The review yielded the same outcome as the procurement process. As a result, the representation was withdrawn."
}
]
},
"parties": [
{
"id": "GB-NHS-QNX",
"name": "NHS Sussex Integrated Care Board (ICB)",
"identifier": {
"legalName": "NHS Sussex Integrated Care Board (ICB)",
"id": "QNX",
"scheme": "GB-NHS"
},
"address": {
"streetAddress": "Brooks Close",
"locality": "Lewes",
"region": "UKJ21",
"postalCode": "BN7 2FZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Stuart Meredith",
"email": "stuart.meredith1@nhs.net",
"url": "https://health-family.force.com/s/Welcome"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.sussex.ics.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-104419",
"name": "Not Applicable under the PSR",
"identifier": {
"legalName": "Not Applicable under the PSR"
},
"address": {
"locality": "Not Applicable under the PSR",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-05232967",
"name": "Practice Plus Group Urgent Care Limited",
"identifier": {
"legalName": "Practice Plus Group Urgent Care Limited",
"id": "05232967",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "Hawker House 5-6 Napier Court Napier Road",
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG1 8BW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-106693",
"name": "NHS Sussex Integrated Care Board",
"identifier": {
"legalName": "NHS Sussex Integrated Care Board"
},
"address": {
"streetAddress": "Sackville House, Brooks Close",
"locality": "Lewes",
"postalCode": "BN7 2FZ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.sussex.ics.nhs.uk"
}
},
{
"id": "GB-FTS-12688",
"name": "NHS England",
"identifier": {
"legalName": "NHS England"
},
"address": {
"streetAddress": "Skipton House, 80 London Road",
"locality": "London",
"postalCode": "SE1 6LH",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
],
"details": {
"url": "https://www.england.nhs.uk/"
}
}
],
"buyer": {
"id": "GB-NHS-QNX",
"name": "NHS Sussex Integrated Care Board (ICB)"
},
"language": "en",
"description": "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 Public Contracts Regulations 2015 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 Wednesday 30th October 2024 via the project (Atamis reference number: C255036) at: https://healthfamily.force.com/s/Welcome This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. No conflicts of interest were declared. The award decision maker is the NHS Sussex Integrated Care Board (ICB). The service evaluation was reviewed against the 5 key criteria: The key criteria were weighted as follows: Quality and innovation (30%), Value (10%), Integration, Collaboration and Service Sustainability (20%), Improving access, reducing health inequalities and facilitating choice (30%); Social Value (10%). Quality & Innovation: This criterion shares the heaviest weighting and reflects our commitment to delivering a service of the highest quality. It emphasises the importance of innovation and adaptability in meeting the evolving needs of patients while maintaining excellence in service delivery. Value: The criterion of \"Value\" holds significant importance as it underscores the necessity of achieving optimal value for public investment in a GP registered list and walk-in clinic. It is essential to ensure that resources are utilised efficiently and effectively to deliver sustainable, efficient, and cost-effective services. Integration, Collaboration, and Service Sustainability: This criterion shares the second heaviest weighting, highlighting the critical role of integration and collaboration in enhancing health service delivery. It emphasises the importance of establishing cohesive system partnerships between providers, the local authority, acute services and with educational establishments to ensure the sustainability and long-term viability of the service. Improving Access, Reducing Health Inequalities, and Facilitating Choice: Also assigned the heaviest weighting, this criterion underscores our commitment to promoting equitable access to healthcare services for all patients, including children and young people. It emphasises the importance of addressing health inequalities and enhancing patient choice, ultimately leading to improved health outcomes for all. Social Value: While weighted the lightest among the criteria, \"Social Value\" remains a crucial consideration in our evaluation process. It recognises the potential impact of service changes on the local healthcare workforce and their contributions to broader social, economic, and environmental improvements in the community.",
"awards": [
{
"id": "033741-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-05232967",
"name": "Practice Plus Group Urgent Care Limited"
}
]
}
],
"contracts": [
{
"id": "033741-2024-1",
"awardID": "033741-2024-1",
"status": "active",
"value": {
"amount": 21362823,
"currency": "GBP"
},
"dateSigned": "2024-10-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 10
}
]
}
}