Section one: Contracting authority
one.1) Name and addresses
NHS North East London Integrated Care Board
20 Churchill Place, Canary Wharf
London
E145HJ
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
Country
United Kingdom