Contract

Provision of Vasectomy Services in Croydon

  • NHS South West London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-008489

Procurement identifier (OCID): ocds-h6vhtk-04eae2 (view related notices)

Published 10 March 2025, 11:35am



Section one: Contracting authority

one.1) Name and addresses

NHS South West London Integrated Care Board

120 Broadway

London

SW19 1RH

Email

hub.psrrepresentation@nhs.net

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

Buyer's address

https://www.southwestlondon.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

Provision of Vasectomy Services in Croydon

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Provision of Vasectomy Services in Croydon.

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: £55,563

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312330 - Family-planning services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Parkside Group Practice (H83015), 27 Wyche Grove, South Croydon, CR2 6EXE

two.2.4) Description of the procurement

The Relevant Authority is intending to award a new contract to the existing provider following Direct Award Process C for Vasectomy Services, commencing on 1 January 2025 until 30 September 2025.

The value of the contract is £55,563.

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. / Weighting: 100

Cost criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard. / Weighting: 100

two.2.11) Information about options

Options: 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

  • The procurement falls outside the scope of application of the regulations

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.

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

1 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

Parkside Group Practice

27 Wyche Grove

South Croydon

CR2 6EX

Country

United Kingdom

NUTS code
  • UKI - London
Justification for not providing organisation identifier

Not on any register

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: £55,563

Total value of the contract/lot: £55,563


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NHS South West London Integrated Care Board

120 The Broadway

London

SW19 1RH

Email

hub.psrrepresentation@nhs.net

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 12.00 p.m. on 20 March 2025. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.

Please forward written representations to: hub.psrrepresentation@nhs.net

The procurement assessment and decision were undertaken by the Contract Lead, Claudio Fassio and Sutton Primary and Community Care Development and Delivery Project Manager, Vasudha Rai. Provider assistance was also sought for relevant documentation. The Finance and Planning Committee approved the decision. There were no conflicts of interest identified amongst the decision makers.

The criteria used to award the contract were mapped to five key areas, each carrying an equal weight of 20%. This balanced approach ensured that every critical aspect of the service was considered thoroughly. The criteria were:

1. Quality and Innovation (20%): Emphasising the importance of delivering high-quality care and the potential for new and significant improvements through proven innovations in care delivery.

2. Value Focusing on balancing costs with overall benefits and financial implications, ensuring the service was cost-effective without compromising quality.

3. Integration, Collaboration, and Services Sustainability (20%): Ensuring services were consistent with local and national NHS plans, provided in an integrated and collaborative manner, and aimed to improve health outcomes and service continuity.

4. Improving Access, Reducing Health Inequalities, and Facilitating Choice (20%): Highlighting the importance of making services accessible to all eligible patients, addressing health inequalities, and ensuring patient choice.

5. Social Value (20%): Considering the economic, social, and environmental well-being of the area, including moving towards net zero and delivering social value in procurement.

By giving each criterion a 20% weight, the relevant authority ensured a thorough and balanced evaluation, promoting a well-rounded service provision.

The existing provider demonstrated capability in meeting all five key criteria. All scored and pass/fail criteria were met by the provider whom the relevant authority intends to award the contract. The provider has satisfied the requirements of the original contract. Furthermore, the proposed contracting arrangements are not undergoing significant changes.