Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London in it’s capacity as Police Authority. [The Contracting Authority]
Po Box 270, Guildhall
London
EC2P 2EJ
mitchell.walker@cityoflondon.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://cityoflondon.ukp.app.jaggaer.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://cityoflondon.ukp.app.jaggaer.com/
Additional information can be obtained from another address:
The Mayor and Commonalty and Citizens of the City of London in it’s capacity as Police Authority. [The Contracting Authority]
London
EC2P 2EJ
mitchell.walker@cityoflondon.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://cityoflondon.ukp.app.jaggaer.com/
Tenders or requests to participate must be submitted electronically via
https://cityoflondon.ukp.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
COLP Specialist Psychological Services (CBT)
two.1.2) Main CPV code
- 85142100 - Physiotherapy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Contracting Authority is intending to directly awarding a contract under the PSR regime for a proposed contract duration of 2 years with an option to extend for an additional 2 years, in 1 year increments.
This direct award is for the provision of Specialist Psychological Services (CBT) for the City of London Police (COLP). The service requirement includes the delivery of trauma-focused therapy, Eye Movement Desensitisation and Reprocessing (EMDR), and psychological interventions aligned with the National Police Psychological Screening Programme.
two.1.5) Estimated total value
Value excluding VAT: £19,200
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The City of London
two.2.4) Description of the procurement
This proposed direct award is for the provision of Specialist Psychological Services (CBT) for the City of London Police (COLP). The service requirement includes the delivery of trauma-focused therapy, Eye Movement Desensitisation and Reprocessing (EMDR), and psychological interventions aligned with the National Police Psychological Screening Programme.
The Services will commence from the 1st September 2025 until the 31st August 2027.
The Contracting Authority is intending to award the contract in accordance with the PSR under Direct Award Process C where there is an existing provider for the services, and existing provider is satisfying the original contract, and will likely satisfy the proposed new contract, and where additionally the services are not changing considerably.
two.2.5) Award criteria
Quality criterion - Name: Please see detail in Section 3 “Explanation” of this Notice. / Weighting: 0
Price - Weighting: 0
two.2.6) Estimated value
Value excluding VAT: £19,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
This is a Direct Award under the PSR 2023 regulations, Option C.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 June 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 48 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 June 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) intention to award notice. The intended award of this contract is subject to the Health Care Services ( Provider Selection Regime) Regulations 2023.
The existing contract with the provider named in this Notice is due to expire on the 31st August 2025 , and the Contracting Authority is intending to award a new contract to replace the existing contract at the end of it’s term. The proposed contracting arrangements are not changing considerably from the existing contract. The Contracting Authority is content that the Supplier named in his Notice is satisfying the proposed contract to a sufficient standard, and will likely satisfy the proposed contract to a sufficient standard taking into account the relative importance of the Key criteria referred to in Regulation 5 of the PSR, and applying the Basic selection criteria in accordance with Schedule 16 of the PSR. The Contracting Authority is satisfied that the conditions for Direct Award Process C can be, and have been met.
The intention to award the contract via Direct Award Process C has been approved in accordance with the Contracting Authority’s own internal governance. . The Decision makers when making a decision to award the contract via Direct Award Process C have also taken into consideration amendments to the PSR which have arisen from the Procurement Act 2023 [PA2023] coming into force on the 24th February 2025. NHS England’s updated PSR Statutory Guidance, and which is to be read along with the PSR, taking on board the provisions of the P2023 relating to exclusions and debarment of providers refers.
In accordance with Regulation 21 of the PSR, any potential conflicts of interest have been considered. The Contracting Authority intends to manage any conflicts of interest which may arise during the Contract in accordance with it’s own internal governance.
The publication of this Notice marks the start of the 8 working day mandatory standstill period which will be introduced the day after this Notice is published .
Written representations by providers must be made to decision makers before midnight on the 20th June 2025 . This contract has not yet been formally awarded . This Notice serves as an intention to award under the PSR.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom