Contract

PRJ 2206 NCL ICB Community Audiology Services for the London Boroughs of Barnet, Camden and Enfield

  • NHS NORTH CENTRAL LONDON INTEGRATED CARE BOARD

F03: Contract award notice

Notice identifier: 2026/S 000-021099

Procurement identifier (OCID): ocds-h6vhtk-05aec2 (view related notices)

Published 9 March 2026, 8:50pm



Section one: Contracting authority

one.1) Name and addresses

NHS NORTH CENTRAL LONDON INTEGRATED CARE BOARD

London

Contact

Kiran Uppal

Email

hub.queries@nhs.net

Country

United Kingdom

Region code

UKI - London

NHS Organisation Data Service

QMJ

Internet address(es)

Main address

https://nclhealthandcare.org.uk/icb/about

Buyer's address

https://nclhealthandcare.org.uk/icb/about

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

PRJ 2206 NCL ICB Community Audiology Services for the London Boroughs of Barnet, Camden and Enfield

Reference number

PRJ 2206 NCL ICB

two.1.2) Main CPV code

  • 85121240 - ENT or audiologist services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS North Central London Integrated Care Board (NCL ICB) (hereafter referred to as "the Authority") are seeking to commission Community Audiology Services for the London Boroughs of Barnet, Camden and Enfield.

The duration of the proposed contracts will be three (3) years with two additional options (at the sole discretion of the Authority) to extend the contract for up to one 1 year each, equating to a maximum possible duration of five (5) years (3+1+1).

This will be a cost and volume contract therefore will be subject to activity delivered alongside relevant Indicative Activity Plans.

The Go live date for the Service is 1st July 2026.

The contract(s) will be between the successful provider and North Central London ICB.

This is a Provider Selection Regime (PSR) Contract 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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £10,059,103

two.2) Description

two.2.1) Title

Lot 1 Barnet

Lot No

1

two.2.2) Additional CPV code(s)

  • 85121240 - ENT or audiologist services

two.2.3) Place of performance

NUTS codes
  • UKI71 - Barnet

two.2.4) Description of the procurement

The service is an existing service and will be provided by an existing provider.

This notice is an intention to award a contract under The Health Care Services (Provider Selection Regime) Regulations 2023.

The lifetime Value of the contract is £7,319,198, or £1,463,840 per annum.

The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority.

The contract will start on 01/07/2026 and end 30/06/2029, if the optional extension is utilised the contract end date will be 30/06/31.

two.2.5) Award criteria

Quality criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 80%

Price - Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

The duration of the proposed contract will be three (3) years with two additional options (at the sole discretion of the Authority) to extend the contract for up to one 1 year, equating to a maximum possible duration of five (5) years (3+1+1).

two.2) Description

two.2.1) Title

Lot 2 Camden

Lot No

2

two.2.2) Additional CPV code(s)

  • 85121240 - ENT or audiologist services

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London

two.2.4) Description of the procurement

The service is an existing service and will be provided by a new provider.

This notice is an intention to award a contract under The Health Care Services (Provider Selection Regime) Regulations 2023.

The lifetime Value of the contract is £602,145 or £120,429 per annum.

The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority.

The contract will start on 01/07/2026 and end 30/06/2029, if the optional extension is utilised the contract end date will be 30/06/31.

two.2.5) Award criteria

Quality criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 80%

Price - Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

The duration of the proposed contract will be three (3) years with two additional options (at the sole discretion of the Authority) to extend the contract for up to one 1 year, equating to a maximum possible duration of five (5) years (3+1+1).

two.2) Description

two.2.1) Title

Lot 3 Enfield

Lot No

3

two.2.2) Additional CPV code(s)

  • 85121240 - ENT or audiologist services

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield

two.2.4) Description of the procurement

The service is an existing service and will be provided by a new provider.

This notice is an intention to award a contract under The Health Care Services (Provider Selection Regime) Regulations 2023.

The lifetime Value of the contract is £2,137,760, or £427,552 per annum.

The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority.

The contract will start on 01/07/2026 and end 30/06/2029, if the optional extension is utilised the contract end date will be 30/06/31.

two.2.5) Award criteria

Quality criterion - Name: The contract award criteria are specified in the procurement documents / Weighting: 80%

Price - Weighting: 20%

two.2.11) Information about options

Options: Yes

Description of options

The duration of the proposed contract will be three (3) years with two additional options (at the sole discretion of the Authority) to extend the contract for up to one 1 year, equating to a maximum possible duration of five (5) years (3+1+1).


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 000-064976


Section five. Award of contract

Lot No

Lot 1

Title

Barnet

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 March 2026

five.2.2) Information about tenders

Number of tenders received: 5

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

Email

info@audiologicalscience.com

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

09109538

Internet address

www.audiologicalscience.com

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: £7,319,198

Total value of the contract/lot: £7,319,198


Section five. Award of contract

Lot No

Lot 2

Title

Camden

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 March 2026

five.2.2) Information about tenders

Number of tenders received: 5

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

Email

info@audiologicalscience.com

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

09109538

Internet address

www.audiologicalscience.com

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: £602,145

Total value of the contract/lot: £602,145


Section five. Award of contract

Lot No

Lot 3

Title

Enfield

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 March 2026

five.2.2) Information about tenders

Number of tenders received: 5

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

Email

info@audiologicalscience.com

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

09109538

Internet address

www.audiologicalscience.com

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: £2,137,760

Total value of the contract/lot: £2,137,760


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.

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 20th March 2026.

Written representations should be sent to hub.psrrepresentation@nhs.net

Details of the individual/individuals making the decision:

The decision was made by the Chief Financial Officer of NCL ICB and Chief Executive Officer of NCL ICB

Rationale for the relative importance of key criteria:

The procurement evaluation criteria were structured to ensure an appropriate balance between the key criteria.

The overall weighting was distributed as follows:

Key Criteria Area; Weighting (%)

Quality and Innovation; 34%

Value (Price); 20%

Integration, Collaboration and Service Sustainability; 24%

Improving Access, Reducing Health Inequalities and Facilitating Choice; 12%

Social Value; 10%

Total; 100%

Social Value was weighted at 10%, in line with the mandated minimum requirement for procurements.

Price was weighted at 20%, providing sufficient competition on cost while avoiding over emphasis on price at the expense of service quality and patient outcomes.

Quality and Innovation carried the highest weighting at 34%, reflecting the clinical importance, safety considerations, and the need for innovative approaches in the delivery of audiological services.

A further 12% was allocated to Improving Access, Reducing Health Inequalities and Facilitating Choice, recognising the critical role of audiology services in addressing disparities in access, supporting patient choice, and improving population health outcomes.

The Integration, Collaboration and Service Sustainability criterion was weighted at 24%, reflecting the importance of providers working effectively with system partners, integrating services across pathways, and demonstrating long term sustainability in service delivery.

Overall, the weighting structure was designed to ensure that the procurement prioritised high quality, accessible, and sustainable audiology services, while maintaining appropriate value for money.

Rationale for choosing the provider:

Tenders were assessed using the published ITT criteria to determine the Most Advantageous Tender (MAT), based on quality and cost. The highest scored bidder per Lot was selected as Preferred Bidder for contract award.

All members were required to complete COI forms and there were no material conflicts of interest.

six.4) Procedures for review

six.4.1) Review body

London Commercial Hub

London

Country

United Kingdom