Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice URLs
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-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"
}