Section one: Contracting authority
one.1) Name and addresses
NHS North Central London Integrated Care Board
Laycock PDC, Laycock Street
London
N1 1TH
nclicb.nclcontractqueries@nhs.net
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Internet address(es)
Main address
https://www.nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board
Buyer's address
https://www.nclhealthandcare.org.uk/icb/north-central-london-integrated-care-board
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Barnet Wellbeing service - Community Barnet - C328649
Reference number
C328649
two.1.2) Main CPV code
- 85121270 - Psychiatrist or psychologist services
two.1.3) Type of contract
Services
two.1.4) Short description
Mental Health- VCS collaborative offering a wide range of MH wellbeing support integrated into the community MH offer. Support includes; social prescription, emotional health checks, recovery college for mh, befriending for mh, activities.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £414,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI71 - Barnet
Main site or place of performance
Delivered in London Borough of Barnet
two.2.4) Description of the procurement
Mental Health- VCS collaborative offering a wide range of MH wellbeing support integrated into the community MH offer. Support includes; social prescription, emotional health checks, recovery college for mh, befriending for mh, activities.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- New works/services, constituting a repetition of existing works/services
Explanation:
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 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 15 January 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 January 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Community Barnet
Seids Hub, Empire Way, Wembley, HA9 0RJ
London
HA9 0RJ
Country
United Kingdom
NUTS code
- UKI72 - Brent
National registration number
03554508
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £414,000
Lowest offer: £414,000 / Highest offer: £414,000 taken into consideration
Section six. Complementary information
six.3) Additional 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 do not apply to this award.
• The decision to award the contract was made by the Chief Strategy & Population Health Officer.
• No declarations of actual, or potential interests by those officers involved in this decision.
• The incumbent provider has delivered the key criteria 1 of Quality and Innovation with a value of 27% by achieving the contractual KPIs, Key criteria 2 of value with a value of 16% by providing a service that is value for money compared to other providers, Key criteria 3 of Integration, collaboration and service sustainability with a value of 16% by collaborative working within the local system, Key criteria 4 of improving access, reducing health inequalities and facilitating choice with a value of 16% by reducing health inequalities and Key criteria 5 of Social Value with a value of 5%.
six.4) Procedures for review
six.4.1) Review body
NHS London Commercial Hub
UNEX Tower 5 Station Street
London
E15 1DA
Country
United Kingdom