Contract

NEL Community Vasectomy Service

  • NHS North East London Integrated Care Board

F03: Contract award notice

Notice identifier: 2026/S 000-005465

Procurement identifier (OCID): ocds-h6vhtk-05a6f0 (view related notices)

Published 21 January 2026, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

NHS North East London Integrated Care Board

20 Churchill Place, Canary Wharf

London

E145HJ

Email

hub.queries@nhs.net

Country

United Kingdom

Region code

UKI - London

NHS Organisation Data Service

QMF

Internet address(es)

Main address

https://www.northeastlondon.icb.nhs.uk/

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

NEL Community Vasectomy Service

Reference number

PRJ 2198

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS North East London Integrated Care Board (NEL ICB) (hereafter referred to as "the Authority") is seeking to commission PRJ 2198 NEL Wide Community Vasectomy Services ("the Service"). The service relates to the provision of a high quality, safe, community consultant-led no-scalpel vasectomy service comprising of pre-operative counselling, procedure and post vasectomy testing.

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: £415,800

two.2) Description

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

The service aims to provide a quality and safe non-scalpel technique vasectomy procedure under Local Anaesthetic (LA) in a primary care setting accordance with the Faculty of Sexual and Reproductive Healthcare (FSRH),guidelines (April 2024) for all residents living within North East London boroughs. This will be in a community care setting from various local sites ensuring that is easily accessible to all residents of the North East London geography.

Other objectives are:

• To provide a service that complies with accepted best practice in line with national and local guidance, relevant accreditations processes, relevant guidelines in clinical practices and robust governance arrangements.

• To provide a complete holistic patient focussed care package which includes pre- and post-operative care information, advice and counselling

• To provide an opportunity for the promotion of men's health

• To provide a cost-effective service

two.2.5) Award criteria

Cost criterion - Name: Quality / Weighting: 85%

Cost criterion - Name: Price / Weighting: 15%

two.2.11) Information about options

Options: Yes

Description of options

The Contract will commence on 01 April 2026 for an initial period of 2 years. The Contract may be extended for an additional period of 1 year, at the sole discretion of the Authority.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-061770


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 January 2026

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

MSI Reproductive Choices

1 Conway Street, Fitzroy Square

London

W1T 6LP

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Charity Commission (England and Wales)

265543

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £415,800

Total value of the contract/lot: £415,800


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 publication of this notice marks the start of the standstill period.

This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 23:59pm on the 02.02.2026.

Written representations should be sent to: hub.psrrepresentation@nhs.net

There were no conflicts of interest identified in the decision-making process.

Decisions Makers:

Helen Crane: Project Support Officer

Polly Pascoe: Head of Quality & Safety and Patient Safety Specialist

Jamil Ahmed: Head of Programmes

Mary O'Reardon: Designate Safeguarding Adults Manager City and Hackney

Aziz Rahman: Senior Finance Manager - Financial Reporting

Natasha Prowse: Information Governance Subject Matter Expert

Ashley Hewitt: Contracts Officer

Rebecca Waters: Health Improvement and Inclusion Manager

Anju Gupta: Clinical Lead for Planned Care and Long-term Conditions.

Rationale for the Relative Importance of the Key Criteria:

A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.

The Procurement Specific Questionnaire (PSQ) was based on the standard Cabinet Office document, with the ITT Questionnaires being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.

Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome

Rationale for Provider Selection:

The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the PSQ would not progress further in the procurement process and would be disqualified. One of the bidders got disqualified due to the fact that they failed the PSQ Stage and three out of the four bidders Providers passed the PSQ and progressed in the procurement.

Providers were assessed against a threshold score of 55.00% of the available score.

Based on the outcome of the evaluation, and in line with the criteria stipulated by the Authority within the documentation, it was recommended that the contract be awarded to the highest-scoring Bidder who exceeded the threshold score.

Conflicts of Interest:

To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.

six.4) Procedures for review

six.4.1) Review body

NHS North East London Integrated Care Board London

London

Email

hub.psrrepresentation@nhs.net

Country

United Kingdom