Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Thurrock Council
New Road
Grays
RM176SL
UK
Contact person: Kiri Mason
Telephone: +44 1375652243-63299
E-mail: KMason@thurrock.gov.uk
NUTS: UKH32
Internet address(es)
Main address: www.thurrock.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NHS Health Checks
Reference number: PS-2025-047
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The delivery of the NHS Health Check programme to eligible
Thurrock residents.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 456 965.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85121100
II.2.3) Place of performance
NUTS code:
UKH32
II.2.4) Description of the procurement
The contract is for the delivery of the NHS Health Check programme across Thurrock. The service includes the proactive identification and invitation of eligible residents, targeted outreach to individuals with identified cardiovascular risk factors, and delivery of NHS Health Checks in accordance with national standards. The aims of the service are to increase uptake, reduce health inequalities, and support early identification of cardiovascular risk among the Thurrock population.
This contract has been awarded using Direct Award Process A under the Provider Selection Regime. The service is an existing provision. Due to the nature of NHS Health Checks - requiring access to patients' primary care records, continuity of care and the ability to deliver targeted, population‑specific engagement - Primary Care Networks (subcontracting to or in partnership with GPs) are the only providers able to meet these specific service requirements and provide equitable access across Thurrock. There are no realistic alternative providers capable of delivering the service in a way that meets the identified health needs.
The lifetime value of the five‑year contract is £1,456,965
(estimated), with actual costs dependent on activity levels.
The contract will run for three years, from 1st October 2025 to 30th September 2028, with the option to extend by a further two years.
II.2.5) Award criteria
Quality criterion: No realistic alternative to providers
/ Weighting: 100
Cost criterion: No realistic alternative to providers
/ Weighting: 100
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
The contract has been lawfully awarded without prior publication because it falls under the Health Care Services (Provider Selection Regime) Regulations 2023, which replace the Public Contracts Regulations 2015 for relevant healthcare services.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
HASSENGATE MEDICAL CENTRE
Stanford le Hope
UK
NUTS: UKH32
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 227 250.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
02/10/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Aveley Medical Centre
Aveley
UK
NUTS: UKH32
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 274 899.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/11/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Grays PCN Ltd
16263541
Colchester
UK
NUTS: UKH3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 403 185.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/11/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
College Health Ltd
06728444
Rochester
UK
NUTS: UKJ41
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 551 631.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has been awarded under 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 award decision was made by the Thurrock Public Health and no conflicts were identified.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
05/02/2026