Contract

NHS Breast Screening Programme (London)

  • NHS England (London Region)

F03: Contract award notice

Notice identifier: 2025/S 000-028427

Procurement identifier (OCID): ocds-h6vhtk-0528bf (view related notices)

Published 29 May 2025, 12:16pm



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

Email

kieran.james-paterson@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.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

Email

hub.psrrepresentation@nhs.net

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).