Section one: Contracting authority
one.1) Name and addresses
NHS Derby & Derbyshire Integrated Care Board
The Council House, First Floor, Corporation Street
Derby
DE1 2FS
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
https://www.joinedupcarederbyshire.co.uk/derbyshire-integrated-care-board/
Buyer's address
https://www.joinedupcarederbyshire.co.uk/derbyshire-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
Derbyshire Adult Community Audiology Service
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Arden and Greater East Midlands Commissioning Support Unit (CSU), on behalf of NHS Derby and Derbyshire Integrated Care Board ("the Commissioner") sought expressions of interest from suitably qualified and experienced providers for the provision of a Derbyshire Adult Community Audiology Service.
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: £20,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85121240 - ENT or audiologist services
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
NHS Derby and Derbyshire ICB (DDICB) commissions an adult (18+) direct access community audiology service. This service provides hearing assessments and, if necessary, the supply and fitting of one or two hearing aids along with follow-up support. Patients 55 and older can self-refer, whereas those younger than 55 require a GP referral. In the 2024/25 period, it delivered roughly a total of 63,793 interventions (this activity consisted of assessments, all aftercare appointments and fitting appointments). Please note this data does not contain Glossop activity, but the Glossop area will be included as a part of this service from 1st April 2026 onwards.
A competitive Provider Selection Regime (PSR) procurement process was undertaken to implement a patient choice model, similar to that previously described (under historical procurement regimes/legislation) as an Any Qualified Provider (AQP) model. As a result of this tender process, the ICB intends to award zero volume, zero value contracts to providers that are capable and met the relevant requirements. The contract duration for this service will be 3-years with up to a 2-year extension option. The maximum indicative budget available for the service is expected to be circa £4.8m per annum.
This notice is to communicate the intention to award contracts under the Provider Selection Regime (PSR) Competitive Process to the successful providers. The contracts awarded will commence 01st April 2026.
two.2.5) Award criteria
Quality criterion - Name: Quality & Innovation / Weighting: Pass/Fail
Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: Pass/Fail
Quality criterion - Name: Improving Access, Reducing Health Inequalities and Facilitating Choice / Weighting: Pass/Fail
Quality criterion - Name: Social Value / Weighting: Pass/Fail
Cost criterion - Name: Value / Weighting: Pass/Fail
two.2.11) Information about options
Options: Yes
Description of options
The contract is for a period of 3 years with an option to extend for up to a further 2 years at the discretion of the Commissioner.
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
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-065383
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
15 January 2026
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Audiological Science Ltd
London
Country
United Kingdom
NUTS code
- UKI - London
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: £20,000,000
Lowest offer: £0.01 / Highest offer: £20,000,000 taken into consideration
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
15 January 2026
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Scrivens Ltd
Birmingham
Country
United Kingdom
NUTS code
- UKG - West Midlands (England)
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: £20,000,000
Lowest offer: £0.01 / Highest offer: £20,000,000 taken into consideration
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
15 January 2026
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Specsavers Hearcare
Whiteley
Country
United Kingdom
NUTS code
- UKJ - South East (England)
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: £20,000,000
Lowest offer: £0.01 / Highest offer: £20,000,000 taken into consideration
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
15 January 2026
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Community Health and Eyecare Ltd
Preston
Country
United Kingdom
NUTS code
- UKD - North West (England)
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: £20,000,000
Lowest offer: £0.01 / Highest offer: £20,000,000 taken into consideration
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
15 January 2026
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Modality LLP
Wolverhampton
Country
United Kingdom
NUTS code
- UKG3 - West Midlands
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: £20,000,000
Lowest offer: £0.01 / Highest offer: £20,000,000 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 Procurement Act 2023 do not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 9th February 2026. This contracts have not yet formally been awarded; this notice serves as an intention to award contracts under the competitive process of the PSR.
If you have wish to make a written representation regarding this intention to award please contact: ddicb.partnerships@nhs.net
The award decision has been made by the NHS Derby and Derbyshire ICB Governing Body on 15th January 2026.
There were no declared conflicts or potential conflicts of interest of individuals making the decision.
The relative importance of the Key Criteria incorporated within the service was as follows:
1. Quality and Innovation: Pass/Fail
2. Value: Pass/Fail
3. Integration, Collaboration & Service Sustainability: Pass/Fail
4. Improving Access, Reducing Health Inequalities and Facilitating Choice: Pass/Fail
5. Social Value: Pass/Fail
The rationale for awarding to the preferred providers was that they passed all requirements associated with the Basic Selection Criteria and Key Criteria, clearly demonstrating their ability to deliver the requirements of the service within their submission for this Provider Selection Process.
six.4) Procedures for review
six.4.1) Review body
NHS England
Wellington House, 133-135 Waterloo Rd
London
SE1 8UG
england.commercialqueries@nhs.net
Country
United Kingdom