Section one: Contracting authority
one.1) Name and addresses
Cumbria, Northumberland, Tyne and Wear NHS Foundation Trust
St Nicholas Hospital, Jubilee Road
Newcastle Upon Tyne
NE3 3XT
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
Buyer's address
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
Neurodivergence Support to Staff Wellbeing Hub
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Neurodivergence Support to Staff Wellbeing Hub
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: £40,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
Neurodivergence Support to Staff Wellbeing Hub
two.2.5) Award criteria
Quality criterion - Name: Service Delivery and Mobilisation / Weighting: 30
Quality criterion - Name: Expertise and Lived Experience / Weighting: 20
Quality criterion - Name: Clinical and Research Expertise / Weighting: 20
Quality criterion - Name: Supporting Neurodivergent Staff Wellbeing / Weighting: 10
Cost criterion - Name: Detailed Proposal for Budget Envelope / Weighting: 20
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
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 000-077779
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 February 2026
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
KMR Training and Consultancy
Consett
Country
United Kingdom
NUTS code
- UKC - North East (England)
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: £40,000
Total value of the contract/lot: £40,000
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice under the Competitive Process. 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 via email to:
gavin.thompson@ntw.nhs.uk who will relay to the to decision makers.
Representations may only be made within the first eight working days following the start of the standstill period, i.e., eight working days starting with the first working day after the day of publication of the notice of intention to award a contract to the chosen provider or conclude a framework agreement.
This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Decision Makers / Project Team include:
Dr Richard Duggins
Consultant Psychiatrist in Medical Psychotherapy
Richard Lloyd
Head of Business Development (Finance)
Gill Keane
Associate Director of Contracting (Lead Provider)
Paul Batey
Procurement & Contract Manager
No Conflicts of Interest have been declared by the members of the project team at any stage of the procurement process.
A statement explaining the decision-makers’ reasons for selecting the chosen provider, with reference to the key criteria. - A full consensus evaluation was completed and the winning bid met with the satisfaction of the project team based on the evaluation criteria set out in the tender documents. The bid was within the financial parameters set out in the tender document. The bid met all of the compliance requirements.
six.4) Procedures for review
six.4.1) Review body
NTW Solutions Limited
Arran House, St Nicholas Hospital, Jubilee Road, Gosforth
Newcastle Upon Tyne
NE3 3XT
Country
United Kingdom
Internet address
https://www.ntwsolutions.co.uk
six.4.2) Body responsible for mediation procedures
Independent Choice and Procurement Panel.
Wellington House
London
SE1 8UG
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Representations may only be made within the first eight working days following the start of the standstill period, i.e., eight working days starting with the first working day after the day of publication of the notice of intention to award a contract to the chosen provider or conclude a framework agreement. Providers cannot submit a written representation after that period, even if there is an extension to the standstill period due to another representation from another provider having been received by the commissioner.
Representations must be in writing (which includes electronically) and must come from a provider who might otherwise have been a provider of the services.'
six.4.4) Service from which information about the review procedure may be obtained
NTW Solutions Limited
Arran House, St Nicholas Hospital, Jubilee Road, Gosforth
Newcastle Upon Tyne
NE3 3XT
Country
United Kingdom