Section one: Contracting authority
one.1) Name and addresses
NHS England (London Region)
Wellington House, 133-135 Waterloo Road
London
SE1 8UG
Contact
Kieran James Paterson
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.england.nhs.uk/london/
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
NHS Breast Screening Programme (London)
Reference number
PRJ1217
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
PRJ1217 NHS Breast Screening Programme (London) - Intention to Award Notice
Previous FTS Publications:
F02 Contract Notice - 2024/S 000-037182
This notice relates to the procurement of the NHS Breast Screening Programme (London) Service. The service is an existing healthcare service and will be provided by a mixture of new and existing Providers.
This is a Provider Selection Regime (PSR) "Intention to Award Notice" and 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 Authority intends to award the contract under the Competitive Process (The Health Care Services (Provider Selection Regime) Regulations 2023, Regulation 11).
The contract term will be 5 years with the option to extend for a further 2 years at the sole discretion of the Authority.
The contract will start on 01/04/2026 and end 31/03/2031, if the optional extension is utilised the contract end date will be 31/03/2033.
The lifetime value of the contract (across all the first 5 years) is £168,443,181 (£33,688,636 per annum). This will be paid on a cost and volume basis except for year 1, where there will be a minimum income guarantee.
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: £168,443,181
two.2) Description
two.2.1) Title
North Central London (NLBSS & CELBSS)
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Please see further information below.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents. / Weighting: 95
Cost criterion - Name: Cost / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
The contract(s) for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 7 years and (84 months).
two.2) Description
two.2.1) Title
North East London (ONELBSS)
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Please see further information below.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents. / Weighting: 95
Cost criterion - Name: Cost / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
The contract(s) for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 7 years and (84 months).
two.2) Description
two.2.1) Title
North West London (WoLBSS)
Lot No
3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Please see further information below.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents. / Weighting: 95
Cost criterion - Name: Cost / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
The contract(s) for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 7 years and (84 months).
two.2) Description
two.2.1) Title
South East London (SELBSS)
Lot No
4
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Please see further information below.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents. / Weighting: 95
Cost criterion - Name: Cost / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
The contract(s) for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 7 years and (84 months).
two.2) Description
two.2.1) Title
South West London (SWLBSS)
Lot No
5
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Please see further information below.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents. / Weighting: 95
Cost criterion - Name: Cost / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
The contract(s) for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 7 years and (84 months).
two.2) Description
two.2.1) Title
London & West Herts Admin Hub
Lot No
6
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Please see further information below.
two.2.5) Award criteria
Quality criterion - Name: The contract award criteria are specified in the procurement documents. / Weighting: 95
Cost criterion - Name: Cost / Weighting: 5
two.2.11) Information about options
Options: Yes
Description of options
The contract(s) for the Service will be awarded for a period of 5 years (60 months), with an optional extension for a further period of up to 2 years (24 months) at the sole discretion of the Authority. Therefore, the maximum duration of this contract, if all extension options are taken up will be up to 7 years and (84 months).
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: 2020/S 123-123456
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 May 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
Royal Free London NHS FT
London
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: £50,199,065
Total value of the contract/lot: £50,199,065
Section five. Award of contract
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 May 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
Royal Free London NHS FT
London
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: £11,691,956
Total value of the contract/lot: £11,691,956
Section five. Award of contract
Lot No
3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 May 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Royal Free London NHS FT
London
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: £31,271,737
Total value of the contract/lot: £31,271,737
Section five. Award of contract
Lot No
4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 May 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
King's College Hospital NHS FT
London
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: £29,363,443
Total value of the contract/lot: £29,363,443
Section five. Award of contract
Lot No
5
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 May 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
St George's University Hospitals NHS FT
London
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: £24,530,329
Total value of the contract/lot: £24,530,329
Section five. Award of contract
Lot No
6
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 May 2025
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Royal Free London NHS FT
London
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: £21,386,651
Total value of the contract/lot: £21,386,651
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. The publication of this notice marks the start of the standstill period.
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 23:59pm on the 11.06.2025.
Written representations should be sent to: hub.psrrepresentation@nhs.net
Decision-Makers:
- Regional Director of Finance, NHSE London
- Regional Director of Commissioning, NHSE London
Approval was also given by:
- Head of Adult and Cancer Screening, NHSE London
- Adult Screening Commissioning Team Leader, NHSE London
- Regional Director for Primary Care and Public Health, NHSE London
There were no conflicts of interest identified in the decision-making process.
Relative Importance of the Key Criteria:
This varied per Lot depending on the questionnaire utilised. Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome
Rationale for the Relative Importance of the Key Criteria:
A cross-functional team were involved in delivering this project. The Authority set out to receive responses from suitably qualified and experienced healthcare providers with the necessary capacity and capability (or a demonstrable ability to provide the necessary capacity and capability) to provide the range of services as set out in the Specification in a safe and effective manner.
The Selection Questionnaire (SQ) was based on the standard Cabinet Office document, with the ITT Questionnaires being comprised of a detailed scoring methodology, the weighting criteria was published within the ITT documentation in accordance with procurement regulations.
Further information is provided in the associated procurement documents on the Atamis portal: https://atamis-1928.my.site.com/s/Welcome
Rationale for Provider Selection:
The Exclusions and Basic Selection Criteria responses were evaluated first, any bidder who failed the Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire and progressed in the procurement.
Providers were assessed against a threshold score of 55.00% of the available score.
Based on the outcome of the evaluation, and in line with the criteria stipulated by the Authority within the documentation, it was recommended that the contract be awarded to the highest-scoring Providers in each Lot who exceeded the threshold score.
Conflicts of Interest:
To safeguard against potential conflicts of interest influencing the procurement process and evaluations, all panel members signed conflict of interest declarations and non-disclosure agreements. Project members and evaluators were informed of their role and the importance of the confidential nature of this procurement. No material conflicts were declared.
six.4) Procedures for review
six.4.1) Review body
NHS England (London)
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The standstill period will run from the 30th of May 2025 (00:00am) until the 11th of June 2025 (23:59:59pm).