East Surrey Adult Community Services

A Contract Award Notice
by NHS SURREY HEARTLANDS INTEGRATED CARE BOARD

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£41M
Sector
HEALTH
Published
13 Jun 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

Surrey, East and West Sussex:

Geochart for 1 buyers and 1 suppliers

Description

NHS Adult Community Services are healthcare and support services provided in local communities to adults (typically aged 18 and over), aiming to help them manage long-term conditions, recover from illness or injury, avoid unnecessary hospital admissions, and maintain independence in their own homes or community settings. Community services are a vital part of the health and care system, providing accessible, person-centred support to help individuals stay well and self sufficient. The East Surrey Adult Community Services contract bridges primary, secondary, and social care, offering preventative, rehabilitative, and long-term support to patients. The service delivers a coordinated, multidisciplinary model via an integrated neighbourhood team, place based and specialist services model across 28 different service offerings.

Total Quantity or Scope

This notice details the intention to award a contract under the Provider Selection Regime (PSR) 2023 - Direct Award Process C. The East Surrey Community Services contract plays a vital role within the Surrey Heartlands Health and care system, providing accessible, person-centred support that helps individuals stay well and independent in their own homes and communities. The contract provides for a neighbourhood teams' approach to service delivery reflecting Surrey Heartlands ICB's commitment to providing services in convenient personalised settings, wherever possible away from an Acute Hospital environment. The service bridges primary, secondary, and social care, offering preventative, rehabilitative, and long-term support to patients. The service delivers a coordinated, multidisciplinary approach to care via a tiered delivery model providing the 28 services. The Awarding Authority intends to award a contract to an existing provider following direct award process C for an 18 month term from 1st October 2025 - 31st March 2027. The value of the contract is £40,921,424, over the term inclusive of potential extension options. This contract is being awarded under Direct Award Process C of the Provider Selection Regime (PSR) 2023 for the following reasons: • the relevant authority is not required to follow direct award processes A or B • the term of the existing contract is due to expire, and the relevant authority is proposing a new contract to replace that existing contract at the end of its term • the proposed contracting arrangements are not changing considerably from the existing contract • the relevant authority is of the view that the existing provider is satisfying the existing contract to a sufficient standard, according to the detail outlined in the contract, and also taking into account the key criteria and applying the basic selection criteria • the relevant authority is of the view that the existing provider will likely satisfy the proposed contract to a sufficient standard taking into account the key criteria and applying the basic selection criteria • the procurement is not to conclude a framework agreement or to award a contract based on a framework agreement. The service evaluation was reviewed against the 5 key criteria and weighted accordingly: Quality and Innovation 30% Improving access, reducing health inequalities, and facilitating choice 25% Integration, Collaboration & Service Sustainability 20% Value 15% Social Value 10% This notice is a Provider Selection Regime (PSR) intention to award notice. The award 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 publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by midnight of the 26th June 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be sent to syheartlandsicb.contractsadmin@nhs.net

Award Detail

1 First Community Health & Care CIC (Caterham)
  • Reference: 032359-2025-1
  • Value: £40,921,424

Renewal Options

Extension is feasible twice for up to 12 months on each occasion.

Award Criteria

The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard 100
price 0

CPV Codes

  • 85323000 - Community health services

Indicators

  • Options are available.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Decision maker: The award decision-makers were members of the following forums: • Commissioning, Contracting and Commercial Committee • Executive Team (NHS Surrey Heartlands ICB). No conflicts of interest were declared. The service evaluation was reviewed against the 5 key criteria and weighted as follows: Quality and Innovation 30% - Quality is foundational in providing healthcare services and the whole model of integrated neighbourhood teams, in a community environment and for a vulnerable cohort of people, demonstrates innovation in the delivery of joined healthcare. Strong quality metrics, safety initiatives, clinical governance, and continual assessment and improvement ensures high quality standards and patient care, alongside a commitment to agile change and innovation as required. Quality is highly valued for this service alongside innovation to the degree that other Key Criteria are reduced in significance, particularly as poor care and an inability to adapt leads to poor outcomes. Improving access, reducing health inequalities, and facilitating choice 25% - Ensuring services reach all patient populations and are accessible by them, especially vulnerable groups, is critical to NHS principles and the services under delivery. Addressing inequalities, providing wrap around care and supporting people holistically is the essence of this service and the model in which it operates, preventing gaps in the delivery of care and missed opportunities for preventative initiatives across diverse communities. Choice can be expressed and accommodated by the nature of the care coordination approach offered. Integration, Collaboration & Service Sustainability 20% - Effective collaboration enhances service efficiency, ensures seamless patient care interactions and prevents duplication of efforts. The multi-agency coordination and workforce integration offered is a key tenet of the service, strengthening the overall healthcare system in East Surrey. Value 15% - Financial sustainability is essential but should not compromise quality or access. Efficient use of workforce and other resources under the model applied to this service ensures long-term service viability while maintaining high standards. The model eliminates duplicate tests, multiple points of access and repetition, provides for upskilling and varied deployment opportunities for staff and reduces churn and the need for recruitment and training expenditure. Social Value 10% - FCHC is an employee-owned social enterprise so extremely well placed to evidence commitment to and delivery of social value attributes in their operations. Social and environmental commitments form part of the organisation's published Strategic Approach. Workforce well-being, environmental sustainability, and community engagement contribute a long-term impact throughout the contract term but are secondary to direct patient care priorities. While important, social value initiatives depend on foundational aspects like quality and accessibility. The existing provider was assessed against the key criteria which were weighted according to importance in terms of service delivery and scored satisfactorily against the assessed criteria.

Reference

Domains