Section one: Contracting authority
one.1) Name and addresses
Central and North West London NHS Foundation Trust
350 Euston Road
London
NW1 5JD
Contact
Nichola Lane
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
Buyer's address
https://www.cnwl.nhs.uk/about/contact
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
Adult ADHD Assessment and Treatment Services
Reference number
C334051
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
To provide Adult ADHD Assessment and Treatment services to patients across North West
London to those patients on the waiting list
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: £3,500,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85121270 - Psychiatrist or psychologist services
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
This contract has been awarded under the Competitive Process via the Provider Selection Regime (PSR). This contract has been awarded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and Procurement Regulations 2024 do not apply to this award
The awarded supplier will assess, diagnose and treat adult patients on the waiting list in NWL area, for ADHD via medication or CBT methods as per the patients preference via virtual and face to face appointments.
The contract will run for 18 months from April 2025 - October 2026.
This is a new, short term service awarded specifically to work with patients on an existing waiting list for ADHD testing within North West London and has been awarded to a new provider.
The lifetime value of the contract will be no more than £3,500,000.00 as this is the total budget set.
two.2.5) Award criteria
Quality criterion - Name: Key Criteria 1 / Weighting: 20
Quality criterion - Name: Key Criteria 3 / Weighting: 10
Quality criterion - Name: Key Criteria 4 / Weighting: 10
Quality criterion - Name: Key Criteria 5 / Weighting: 10
Quality criterion - Name: Supplier Presentation / Weighting: 10
Cost criterion - Name: Key Criteria 2 / Weighting: 40
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
two.2.14) Additional information
The contract award criteria are specified within the procurement documents in Document 5A and 5C with a clear break down to show how the weightings are assigned to each of the 5 criterion.
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:
a PIN notice under PSR 2023 was issued to run a Competitive Process PSR Regulations 2023 for this opportunity.
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 000-003552
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
10 April 2025
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from tenderers from other EU Member States: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
ICS OPERATIONS LIMITED
9 Appold Street
London
EC2A 2AP
Telephone
+44 2077132756
Country
United Kingdom
NUTS code
- UKI - London
National registration number
12549860
Internet address
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: £2,999,999
Total value of the contract/lot: £2,999,999
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. Which will be awarded on the 24 April 2025 following the standstill period, should no representations be made.
The publication of this notice marks the start of the standstill period.
Representations by providers must be made to the relevant authority by 23 April 2025.
Written representations can be sent to Nichola.lane2@nhs.net.
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 same three decision makers (Internal Governance Group) were present for both the moderation and the supplier presentations and there were no conflicts of interest within the evaluation panel identified.
The weighting within this procurement were split into the following:
60% Quality = 40% Key Criteria 1,3,4, 10% Social Value Key Criteria 5, 10% Supplier Presentations
40% Cost = Key Criteria 2.
The Contracting Authority used all 5 Key Criteria to award this contract as required when following PSR 2023 regulations. The supplier to be awarded the contract scored the highest score overall when assessing their bid against each of the 5 Key Criteria, Presentation and the Basic Selection Criteria and resulted in the Most Advantageous Tender (MAT).
six.4) Procedures for review
six.4.1) Review body
Central London Community Healthcare NHS Trust
Ground Floor, 15 Marylebone Road
London
NW1 5JD
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Any representations must be received no later than midnight on the 23 April 2025.