Contract

Community Audiology Contract

  • NHS North Central London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-001001

Procurement identifier (OCID): ocds-h6vhtk-04cf7b

Published 13 January 2025, 11:50am



Section one: Contracting authority

one.1) Name and addresses

NHS North Central London Integrated Care Board

Laycock PDC, Laycock Street

London

N1 1TH

Email

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

Community Audiology Contract

Reference number

C330258

two.1.2) Main CPV code

  • 85121240 - ENT or audiologist services

two.1.3) Type of contract

Services

two.1.4) Short description

This service provides treatment (hearing aids) for age-related hearing loss.

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: £921,345

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

This service provides treatment (hearing aids) for age-related hearing loss.

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 24 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

16 December 2024

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

Audiological Science Limited

5 Hoop Lane London

London

NW11 8JR

Telephone

+44 7970186473

Country

United Kingdom

NUTS code
  • UKI71 - Barnet
National registration number

09109538

Internet address

http://www.audiologicalscience.com

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: £921,345

Lowest offer: £921,345 / Highest offer: £921,345 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