Award

NHS SY ICB - COVID Medicine Decision Unit

NHS SOUTH YORKSHIRE INTEGRATED CARE BOARD

This public procurement record has 1 release in its history.

Award

26 Aug 2025 at 09:30

Summary of the contracting process

The NHS South Yorkshire Integrated Care Board is in the procurement stage of awarding a contract under the Health Care Services (Provider Selection Regime) Regulations 2023. This procurement process pertains to the provision of remote triage and treatment services for high-risk COVID-19 patients, ensuring a rapid 24-hour response capability in South Yorkshire. The contract intends to address surges in disease activity without requiring additional premises, valued at £96,650. Primary Care Sheffield Ltd is the intended provider, with the contract award decision pending the standstill period concluding post-notice publication, and representations closing by midnight on the 4th September 2025. The procurement falls under limited procurement methods due to its specific regulatory context, bypassing the Procurement Act 2023.

This tender presents significant opportunities for businesses in the healthcare services industry, particularly those with expertise in providing innovative, value-driven remote medical solutions. The demand for seamless integration with acute care providers for antiviral therapies, coupled with a focus on social value and health inequality reduction, makes it an attractive opportunity for providers aiming to expand within the NHS framework. Companies adept in remote service delivery, capable of managing patient care efficiently and effectively through technology, will find this contract a fitting match to contribute to public health objectives while achieving business growth in a regulated environment.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NHS SY ICB - COVID Medicine Decision Unit

Notice Description

The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value.

Lot Information

Lot 1

The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value. Additional information: Key criteria 1. Quality and innovation - Weighting 20%

The service provider submits monthly performance metrics to the commissioner. These reports compare actual performance against the service specification. To date, the performance metrics have been met routinely, and there is no evidence to show they would falter in the future.

Key criteria 2. Value - Weighting 30%

The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value.
The provider has met all key indicators detailed in the service specification, and there are currently no performance issues with the CMDU contract.

Key criteria 3. Integration, collaboration and service sustainability - Weighting 20%

he Provider will work collaboratively with Acute Trust providers to provide IV antiviral therapies for individuals who are not eligible for oral treatments. The Provider will also ensure that patients' GPs are informed of patient outcomes promptly.
Additionally, the Provider will contribute to provide clinician education around COVID-19 treatment for General Practitioners at local education sessions organised by the Commissioner or by provided online resources.

key criteria 4. Improving access, reducing health inequalities and facilitating choice - Weighting 20%

The service is available to those who meet the NICE eligibility criteria, ensuring those patients receive safe and timely treatments, irrespective of patient location or accessibility.
Service provision is based on NICE NG191. Remote triage and prescribing enable access to patients irrespective of location or accessibility.

Key criteria 5. Social value - Weighting 10%

The service has been designed so that no additional premises is needed and patients or staff are not required to travel for the consultation. Their ability to prescribe using EPS means that medication can be collected from the patient's local pharmacy, reducing lengthy travel.

Procurement 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 Act 2023 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 the 5th September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-058d86
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/051158-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85121100 - General-practitioner services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£96,650 Under £100K

Notice Dates

Publication Date
26 Aug 20256 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
21 Aug 20256 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS SOUTH YORKSHIRE INTEGRATED CARE BOARD
Contact Name
Procurement department
Contact Email
syicb.procurement@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
SHEFFIELD
Postcode
S1 3FG
Post Town
Sheffield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE32 Sheffield
Delivery Location
TLE3 South Yorkshire

Local Authority
Sheffield
Electoral Ward
City
Westminster Constituency
Sheffield Central

Supplier Information

Number of Suppliers
1
Supplier Name

PRIMARY CARE SHEFFIELD

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-058d86-2025-08-26T10:30:22+01:00",
    "date": "2025-08-26T10:30:22+01:00",
    "ocid": "ocds-h6vhtk-058d86",
    "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 Procurement Act 2023 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 decision makers by midnight on the 4th September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.<br/><br/>Representations should be sent via email to - syicb-sheffield.syicb.procurement@nhs.net<br/><br/>The contract award decision makers were - South Yorkshire Formal Executive Group<br/><br/>No conflicts of interest were identified.<br/><br/>The name and address of the provider is:<br/><br/>Primary Care Sheffield Limited, <br/>28 Kenwood Park Road, <br/>S7 1NF",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-058d86",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NHS SY ICB - COVID Medicine Decision Unit",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85121100",
            "description": "General-practitioner services"
        },
        "mainProcurementCategory": "services",
        "description": "The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value.",
        "lots": [
            {
                "id": "1",
                "description": "The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value. Additional information: Key criteria 1. Quality and innovation - Weighting 20%<br/><br/>The service provider submits monthly performance metrics to the commissioner. These reports compare actual performance against the service specification. To date, the performance metrics have been met routinely, and there is no evidence to show they would falter in the future. <br/><br/>Key criteria 2. Value - Weighting 30%<br/><br/>The service requires remote triage and treatment for up to 30 high-risk individuals per day with COVID-19, with a response rate of 24 hours. The service must be able to handle surges in periods of high disease activity. This must be done within the agreed contract value. <br/>The provider has met all key indicators detailed in the service specification, and there are currently no performance issues with the CMDU contract.<br/><br/>Key criteria 3. Integration, collaboration and service sustainability - Weighting 20%<br/><br/>he Provider will work collaboratively with Acute Trust providers to provide IV antiviral therapies for individuals who are not eligible for oral treatments. The Provider will also ensure that patients' GPs are informed of patient outcomes promptly. <br/>Additionally, the Provider will contribute to provide clinician education around COVID-19 treatment for General Practitioners at local education sessions organised by the Commissioner or by provided online resources. <br/><br/>key criteria 4. Improving access, reducing health inequalities and facilitating choice - Weighting 20%<br/><br/>The service is available to those who meet the NICE eligibility criteria, ensuring those patients receive safe and timely treatments, irrespective of patient location or accessibility.<br/>Service provision is based on NICE NG191. Remote triage and prescribing enable access to patients irrespective of location or accessibility. <br/><br/>Key criteria 5. Social value - Weighting 10% <br/><br/>The service has been designed so that no additional premises is needed and patients or staff are not required to travel for the consultation. Their ability to prescribe using EPS means that medication can be collected from the patient's local pharmacy, reducing lengthy travel.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKE3"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Yorkshire"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "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 Act 2023 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 the 5th September 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR"
    },
    "awards": [
        {
            "id": "051158-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-158822",
                    "name": "Primary Care Sheffield Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-113634",
            "name": "NHS South Yorkshire Integrated Care Board",
            "identifier": {
                "legalName": "NHS South Yorkshire Integrated Care Board"
            },
            "address": {
                "streetAddress": "197 Eyre Street",
                "locality": "Sheffield",
                "region": "UKE32",
                "postalCode": "S1 3FG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement department",
                "email": "syicb.procurement@nhs.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.southyorkshire.icb.nhs.uk/",
                "buyerProfile": "https://www.southyorkshire.icb.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-158822",
            "name": "Primary Care Sheffield Ltd",
            "identifier": {
                "legalName": "Primary Care Sheffield Ltd"
            },
            "address": {
                "streetAddress": "8 Kenwood Park Road, S7 1NF",
                "locality": "Sheffield",
                "region": "UKE32",
                "postalCode": "S7 1NF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-133554",
            "name": "Independent patient choice and procurement panel",
            "identifier": {
                "legalName": "Independent patient choice and procurement panel"
            },
            "address": {
                "streetAddress": "Wellington House",
                "locality": "London",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-113634",
        "name": "NHS South Yorkshire Integrated Care Board"
    },
    "contracts": [
        {
            "id": "051158-2025-1",
            "awardID": "051158-2025-1",
            "status": "active",
            "value": {
                "amount": 96650,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-22T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}