Award

NHSWYICB - King Street Walk-in-Centre

NHS WEST YORKSHIRE INTEGRATED CARE BOARD

This public procurement record has 1 release in its history.

Award

17 Apr 2026 at 08:41

Summary of the contracting process

The NHS West Yorkshire Integrated Care Board is set to award a contract for the continued operation of the King Street Walk-in Centre in Wakefield under the Provider Selection Regime (PSR). This contract, intended to a current supplier, Local Care Direct Limited, represents health services, specifically medical practice and related services. The procurement process is in the "Intention to Award" stage, with the notice published on 17 April 2026. Local Care Direct's current indemnity cover is set to expire prior to the new contract's start on 1 November 2026, and the provider has assured a renewal. The contract period extends over one year, with an option for another year, valued at £3,990,734 including the extension. The centre provides crucial walk-in services to patients facing minor illnesses and injuries, contributing significantly to reducing health inequalities and improving service access.

This procurement process offers stability and continuity for businesses involved in urgent primary care services, particularly for those operating as social enterprises with a focus on healthcare delivery. The existing arrangement ensures that there is no considerable change in service delivery, thus providing peace of mind and consistency for providers like Local Care Direct. Businesses specialising in health services with robust governance and proven performance metrics are well-positioned to compete in similar procurements by demonstrating value addition through innovation, quality standards compliance, and effective integration within the health system. Such enterprises can leverage these opportunities to solidify their market presence, collaborate across networks, and contribute to the social value chain in healthcare delivery.

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

Notice Title

NHSWYICB - King Street Walk-in-Centre

Notice Description

Provision of an NHS Walk-In Centre provides walk-in services to patients for minor illness and minor injuries. The walk in service is open for patients (except children under 6 months and pregnancy related issues) who need same-day care and cannot wait to see their own GP.

Lot Information

Lot 1

The Contract Authority; NHS West Yorkshire Integrated Care Board intends to award a contract to an existing provider following Direct Award Process C. The authority is publishing this notice in Find a Tender in accordance with the NHS Provider Selection Regime.

Contract length is 1 Year plus a 1 Year extension option

Contract period: 01/11/2026 - 31/10/2027
Contract Period extension: 01/11/2027 - 31/10/2028

Contract value including extension PS3,990,734. Additional information: 1. Eligibility for Direct Award Process C
The decision records and contract assurance documentation confirm that the King Street Walk in Centre:
* is an existing service providing urgent same day primary care;
* is delivered by an existing provider, Local Care Direct (LCD);
* is replacing a contract that is due to expire; and
* is therefore eligible in principle for Direct Award Process C.
The reveiw identifies the relevant commissioning, quality, finance and approval routes within Wakefield Place and WY ICB, confirms that appropriate internal governance approvals were obtained, and records that no unmanaged conflicts of interest were identified.
This evidences that the decision to use Direct Award Process C was taken consciously and contemporaneously within the PSR framework, rather than by default or assumption.
2. No Considerable Change to Contracting Arrangements
The proposed contract and service specification demonstrate that the arrangements for King Street Walk in Centre do not introduce any considerable change compared with the existing contract.
In substance:
* the service continues to operate as a walk in urgent primary care service for minor illness and injury;
* the population served, service hours, access model, and clinical scope remain unchanged;
* delivery remains with the same provider, at the same location, as part of the established urgent care system; and
* there is no material expansion, reconfiguration, or transfer of delivery risk.
The ICB actively reviewed the proposed contract duration, scope, outcomes, delivery model, and risk profile against the existing arrangements and concluded that none of these elements met the PSR "considerable change" threshold.
The proposed 1 year contract with a 1 year extension option reflects continuity and stability while wider system led service review and engagement activity continues.
3. Provider Performance and Likely Future Performance
The PSRC Service Review - King Street Walk in Centre provides detailed, narrative based evidence demonstrating that the existing provider:
* is satisfying the current contract to a sufficient standard; and
* is likely to satisfy the proposed contract to a sufficient standard.
The Service Review evidences performance against the PSR key criteria, including:
* Quality and safety, supported by strong contractual KPI performance, consistent achievement of the four hour standard, robust clinical governance, and a CQC rating of "Good";
* Value and stewardship of public funds, including evidence of improving activity levels, system contribution through ED avoidance, and appropriate cost benchmarking against alternative urgent care models;
* Integration, collaboration, and sustainability, with the service embedded within the Wakefield and West Yorkshire urgent and emergency care system, supporting NHS 111, ambulance, primary care and acute pathways;
* Access, inequalities, and choice, with high utilisation by patients from more deprived communities, extended hours provision, city centre accessibility, and inclusive access arrangements; and
* Social value, including delivery by a social enterprise, local employment, workforce development, reinvestment of surplus, and contribution to prevention and community resilience.
The ICB considered not only historic performance, but also whether the provider's established workforce, governance arrangements, digital infrastructure, and system partnerships provide assurance of continued performance under the proposed contract.
The proposed contract does not introduce new delivery requirements, expanded cohorts, or increased demand beyond that already successfully managed by the provider.
4. Proportionality and Overall Assurance
In determining the appropriate procurement route, the ICB considered whether a competitive process would deliver additional benefit.
Given the continuity of need, the absence of material change, the provider's sustained and improving performance, and the risks associated with disruption to a key urgent care service, the ICB concluded that a competitive process would not be proportionate to the time, cost, and delivery risk involved.
Taken together, the supporting documents provide a coherent and auditable justification for the use of Direct Award Process C, demonstrating that:
* the regulatory conditions for Process C are met;
* the decision was taken lawfully, transparently, and proportionately;
* the existing provider sufficiently meets the PSR criteria; and
* continuity of a clinically effective, accessible, and system critical urgent care service is in the best interests of patients and the wider Wakefield system.
WY ICB therefore remains satisfied that the requirements of the Provider Selection Regime have been properly applied and evidenced.

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 Public Contracts Regulations 2015 and the Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the Standstill Period. Representations by providers must be made to the relevant authority by 29 April 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0684cc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034986-2026
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85100000 - Health services

85120000 - Medical practice and related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,990,734 £1M-£10M

Notice Dates

Publication Date
17 Apr 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
31 Mar 20263 weeks 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 WEST YORKSHIRE INTEGRATED CARE BOARD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRADFORD
Postcode
BD1 4AS
Post Town
Bradford
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE41 Bradford
Delivery Location
TLE45 Wakefield

Local Authority
Bradford
Electoral Ward
City
Westminster Constituency
Bradford West

Supplier Information

Number of Suppliers
1
Supplier Name

LOCAL CARE DIRECT

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-0684cc-2026-04-17T09:41:16+01:00",
    "date": "2026-04-17T09:41:16+01:00",
    "ocid": "ocds-h6vhtk-0684cc",
    "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 and the Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the Standstill Period. Representations by providers must be made to the relevant authority by 29 April 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR.<br/><br/>Written representations should be sent to wyicb-kirk.procurement@nhs.net<br/><br/>The service was reviewed against the PSR Key Criteria of quality and innovation, value, integration and collaboration, improving access and reducing health inequalities, service sustainability and social value using narrative based evidence service review. The review drew on contract performance data, quality and safety assurance, system intelligence and a structured provider submission. Local Care Direct consistently demonstrates high quality, safe and effective service delivery, with strong CQC assurance, sustained achievement of contractual KPIs and robust governance and patient safety arrangements. The service represents good value for money when system benefits and emergency department avoidance are considered, and is highly integrated within the wider urgent and emergency care pathway. The service improves access for deprived populations, reduces health inequalities through inclusive design and extended access, and delivers significant social value as a local social enterprise. On this basis, it was concluded that the existing provider continues to meet and exceed the PSR key criteria and that continuation of the contract best supports patient outcomes, system stability and value, with no identified benefit in opening the service to competition at this time.<br/><br/>The Basic Selection Criteria were considered based on the information submitted by LCD. The provider demonstrated compliance with relevant legal and regulatory requirements, including CQC registration, appropriate governance arrangements, and the nomination of required statutory and clinical leads. Assurance was obtained in respect of information governance, safeguarding, infection prevention and control, and emergency preparedness in addition to that set out in the service review. Evidence of economic and financial standing was reviewed through published financial accounts and was considered sufficient. On this basis, the provider was assessed as meeting the Basic Selection Criteria.<br/><br/>It is noted that the provider's existing indemnity cover expires prior to the commencement date of the new contract. The provider has confirmed that indemnity will be renewed without interruption and will be effective from the contract start date. Contract execution is required at this stage to support associated lease arrangements; however, commencement of the contract and any service delivery are expressly conditional upon receipt and approval of evidence of indemnity cover meeting the minimum contractual requirements for the full duration of the contract term.<br/><br/>Decision makers: Director of Partner Relationship Management in conjunction with Director of Finance and Programme Commissioning Director Integrated Care<br/><br/>No conflicts of interest were declared.",
    "initiationType": "tender",
    "tender": {
        "id": "C320377",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NHSWYICB - King Street Walk-in-Centre",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of an NHS Walk-In Centre provides walk-in services to patients for minor illness and minor injuries. The walk in service is open for patients (except children under 6 months and pregnancy related issues) who need same-day care and cannot wait to see their own GP.",
        "lots": [
            {
                "id": "1",
                "description": "The Contract Authority; NHS West Yorkshire Integrated Care Board intends to award a contract to an existing provider following Direct Award Process C. The authority is publishing this notice in Find a Tender in accordance with the NHS Provider Selection Regime.<br/><br/>Contract length is 1 Year plus a 1 Year extension option<br/><br/>Contract period: 01/11/2026 - 31/10/2027 <br/>Contract Period extension: 01/11/2027 - 31/10/2028<br/><br/>Contract value including extension PS3,990,734. Additional information: 1. Eligibility for Direct Award Process C<br/>The decision records and contract assurance documentation confirm that the King Street Walk in Centre:<br/>* is an existing service providing urgent same day primary care;<br/>* is delivered by an existing provider, Local Care Direct (LCD);<br/>* is replacing a contract that is due to expire; and<br/>* is therefore eligible in principle for Direct Award Process C.<br/>The reveiw identifies the relevant commissioning, quality, finance and approval routes within Wakefield Place and WY ICB, confirms that appropriate internal governance approvals were obtained, and records that no unmanaged conflicts of interest were identified.<br/>This evidences that the decision to use Direct Award Process C was taken consciously and contemporaneously within the PSR framework, rather than by default or assumption.<br/>2. No Considerable Change to Contracting Arrangements<br/>The proposed contract and service specification demonstrate that the arrangements for King Street Walk in Centre do not introduce any considerable change compared with the existing contract.<br/>In substance:<br/>* the service continues to operate as a walk in urgent primary care service for minor illness and injury;<br/>* the population served, service hours, access model, and clinical scope remain unchanged;<br/>* delivery remains with the same provider, at the same location, as part of the established urgent care system; and<br/>* there is no material expansion, reconfiguration, or transfer of delivery risk.<br/>The ICB actively reviewed the proposed contract duration, scope, outcomes, delivery model, and risk profile against the existing arrangements and concluded that none of these elements met the PSR \"considerable change\" threshold.<br/>The proposed 1 year contract with a 1 year extension option reflects continuity and stability while wider system led service review and engagement activity continues.<br/>3. Provider Performance and Likely Future Performance<br/>The PSRC Service Review - King Street Walk in Centre provides detailed, narrative based evidence demonstrating that the existing provider:<br/>* is satisfying the current contract to a sufficient standard; and<br/>* is likely to satisfy the proposed contract to a sufficient standard.<br/>The Service Review evidences performance against the PSR key criteria, including:<br/>* Quality and safety, supported by strong contractual KPI performance, consistent achievement of the four hour standard, robust clinical governance, and a CQC rating of \"Good\";<br/>* Value and stewardship of public funds, including evidence of improving activity levels, system contribution through ED avoidance, and appropriate cost benchmarking against alternative urgent care models;<br/>* Integration, collaboration, and sustainability, with the service embedded within the Wakefield and West Yorkshire urgent and emergency care system, supporting NHS 111, ambulance, primary care and acute pathways;<br/>* Access, inequalities, and choice, with high utilisation by patients from more deprived communities, extended hours provision, city centre accessibility, and inclusive access arrangements; and<br/>* Social value, including delivery by a social enterprise, local employment, workforce development, reinvestment of surplus, and contribution to prevention and community resilience.<br/>The ICB considered not only historic performance, but also whether the provider's established workforce, governance arrangements, digital infrastructure, and system partnerships provide assurance of continued performance under the proposed contract.<br/>The proposed contract does not introduce new delivery requirements, expanded cohorts, or increased demand beyond that already successfully managed by the provider.<br/>4. Proportionality and Overall Assurance<br/>In determining the appropriate procurement route, the ICB considered whether a competitive process would deliver additional benefit.<br/>Given the continuity of need, the absence of material change, the provider's sustained and improving performance, and the risks associated with disruption to a key urgent care service, the ICB concluded that a competitive process would not be proportionate to the time, cost, and delivery risk involved.<br/>Taken together, the supporting documents provide a coherent and auditable justification for the use of Direct Award Process C, demonstrating that:<br/>* the regulatory conditions for Process C are met;<br/>* the decision was taken lawfully, transparently, and proportionately;<br/>* the existing provider sufficiently meets the PSR criteria; and<br/>* continuity of a clinically effective, accessible, and system critical urgent care service is in the best interests of patients and the wider Wakefield system.<br/>WY ICB therefore remains satisfied that the requirements of the Provider Selection Regime have been properly applied and evidenced.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "The existing provider(s) is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard.",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "name": "The existing provider(s) is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard.",
                            "type": "cost",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85120000",
                        "description": "Medical practice and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE45"
                    }
                ],
                "deliveryLocation": {
                    "description": "Wakefield"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_REPETITION_EXISTING",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in 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 Public Contracts Regulations 2015 and the Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the Standstill Period. Representations by providers must be made to the relevant authority by 29 April 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR."
    },
    "awards": [
        {
            "id": "034986-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-176674",
                    "name": "Local Care Direct Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-178294",
            "name": "NHS West Yorkshire Integrated Care Board",
            "identifier": {
                "legalName": "NHS West Yorkshire Integrated Care Board"
            },
            "address": {
                "streetAddress": "Scorex House, West 1 Bolton Road",
                "locality": "Bradford",
                "region": "UKE4",
                "postalCode": "BD1 4AS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Martin Pursey",
                "email": "wyicb-kirk.procurement@nhs.net"
            },
            "roles": [
                "buyer",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.westyorkshire.icb.nhs.uk/",
                "buyerProfile": "https://www.westyorkshire.icb.nhs.uk/",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "07",
                        "scheme": "COFOG",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-176674",
            "name": "Local Care Direct Limited",
            "identifier": {
                "legalName": "Local Care Direct Limited",
                "id": "IP29766R"
            },
            "address": {
                "streetAddress": "Unit 2 Sheridan Teal House, Longbow Close, Bradley",
                "locality": "Huddersfield",
                "region": "UKE44",
                "postalCode": "HD2 1GQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-179126",
            "name": "WYICB PSR Review Panel",
            "identifier": {
                "legalName": "WYICB PSR Review Panel"
            },
            "address": {
                "streetAddress": "Scorex House, West 1 Bolton Road",
                "locality": "Bradford",
                "postalCode": "BD1 4AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.westyorkshire.icb.nhs.uk/"
            }
        },
        {
            "id": "GB-FTS-123151",
            "name": "NHS England Independent Patient Choice and Procurement Panel",
            "identifier": {
                "legalName": "NHS England Independent Patient Choice and Procurement Panel"
            },
            "address": {
                "streetAddress": "London",
                "locality": "London",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-178294",
        "name": "NHS West Yorkshire Integrated Care Board"
    },
    "contracts": [
        {
            "id": "034986-2026-1",
            "awardID": "034986-2026-1",
            "status": "active",
            "value": {
                "amount": 3990734,
                "currency": "GBP"
            },
            "dateSigned": "2026-04-01T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}