NHS Integrated 111 and Urgent Care Service (Yorkshire and Humber)

A Contract Award Notice
by NHS WEST YORKSHIRE INTEGRATED CARE BOARD

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£191M
Sector
HEALTH
Published
16 Mar 2026
Delivery
not specified
Deadline
n/a

Related Terms

Location

Wakefield

Geochart for 3 buyers and 1 suppliers

Description

Provision of an NHS Integrated Urgent Care and 111 Service covering the Yorkshire and Humber population, including, West Yorkshire, South Yorkshire, Humber and North Yorkshire and Bassetlaw (part of Nottingham and Nottinghamshire ICB). This is a joint procurement.

Total Quantity or Scope

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. Service: Provision of an NHS Integrated Urgent Care and 111 Service covering the Yorkshire and Humber population, including, West Yorkshire, South Yorkshire, Humber and North Yorkshire and Bassetlaw (part of Nottingham and Nottinghamshire ICB)This is a joint procurement. Location of Services to be provided:Yorkshire and Humber ICBsWest Yorkshire ICBSouth Yorkshire ICBHumber and North Yorkshire ICBNottingham and Nottinghamshire ICB (for Bassetlaw only)Contract Term - 1 April 2026 to 31 March 2033 - 7 years (5 years with an option to extend + 2 years)NUTS Codes: UKE (Yorkshire & Humber)UKF (East Midlands – for Bassetlaw)Mixed Procurement Detail:The procurement of the NHS Integrated Urgent Care (IUC) and NHS 111 service was conducted as a mixed procurement in line with the requirements of the Provider Selection Regime (PSR). The service model combined core healthcare elements, namely clinical assessment, clinical advice, and urgent care navigation with essential non-healthcare components, including telephony infrastructure, call-handling technology, and associated operational support systems. These elements were inherently interdependent and could not be reasonably or safely separated without compromising the integrity of the IUC pathway, fragmenting user experience, or creating risks to service continuity and patient safety.

Award Detail

1 Yorkshire Ambulance Service NHS Trust (Wakefield)
  • Num offers: 1
  • Value: £191,142,000

Award Criteria

the existing provider is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard 100.0
the existing provider is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard _

CPV Codes

  • 85100000 - Health services
  • 85141220 - Advisory services provided by nurses
  • 85140000 - Miscellaneous health services
  • 85121100 - General-practitioner services

Indicators

  • Award on basis of price and quality.

Other 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 or 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 26 March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR.Written representations should be sent to wyicb-kirk.procurement@nhs.net.Decision made by: 2025/26 Yorkshire and Humber ICB Governance Boards03.03.26 West Yorkshire ICB Finance Investment Performance Committee (FIPC)Key Criteria and Basic Criteria Assessment: The key criteria have been applied to the review of the service with the adoption of a scoring approach. This includes the performance of the provider against the contractual Key Performance Indicators (KPIs).The existing provider is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard. The criteria of the PSRC have been applied as follows:Quality and innovation (including performance): 50%Value: 20%Integration, collaboration and service sustainability: 10%Improving access, reducing health inequalities and improving choice: 10%Social value: 10%Scoring Matrix Applied:Quality and innovation (including performance): 34%Value: 16%Integration, collaboration and service sustainability: 8%Improving access, reducing health inequalities and improving choice: 8%Social value: 10%The existing provider scored 76% above 70%, which is the Contract Authority’s pass mark to proceed with the intent to award notice.For the other aspects of the key criteria, the Contracting Authority adopted its standard scoring matrix. This consisted of grading the information from the review of service against the requirements listed within the statutory guidance for the Provider Selection Regime. There were no conflicts of interests declared

Reference

  • FTS 023601-2026

Domains