Section one: Contracting authority
one.1) Name and addresses
NHS SUSSEX INTEGRATED CARE BOARD
Sackville House, Brooks Close
Lewes
BN72FZ
Contact
Maggie Czapiewska
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
NHS Organisation Data Service
NFC01
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/
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
Audiology AQP & Non-AQP
two.1.2) Main CPV code
- 85121240 - ENT or audiologist services
two.1.3) Type of contract
Services
two.1.4) Short description
Outside Clinic is a provider of audiology services.
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: £225,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
NHS Sussex ICB has awarded the contract to the incumbent provider following Direct Award Process C for the 6-month notice period from April 2025 to September 2025.
The contract is required to:
Maintain service continuity during the notice period.
Enable safe and orderly transfer of patients to alternative providers.
Prevent disruption to patient care and ensure compliance with quality and safety standards.
As the only organisation in a position to deliver the service during this time, the incumbent provider is best placed to meet these needs.
While other providers were identified to take on patients from October 2025, the incumbent is the only viable option for the 6-month notice period to ensure continuity of service and enable a safe transfer of patients. Decision based on ability to meet contractual, quality, and safety standards without disruption during the transition.
The approximate lifetime value of the contract will be £225,000 over a 6-month term, from 1st April 2025 until 30st September 2025.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100
Price - Weighting: 0
two.2.11) Information about options
Options: No
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:
This is a Provider Selection Regime (PSR) confirmation of contract award notice. This contract has now 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 the Procurement Act Regulations 2023 do not apply to this award.
This contract has now been formally awarded using Direct Award Process C.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
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
26 August 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
Outside Clinic Ltd
Stirling House, 10 Viscount Way, South Marston Industrial Estate
Swindon
SN3 4TN
Country
United Kingdom
NUTS code
- UKK15 - Wiltshire CC
Companies House
02788492
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £225,000
Section six. Complementary information
six.3) Additional information
This contract has been awarded via Direct Award Process C, in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 (PSR).
The provider selection process was based on five key criteria, each weighted to reflect its importance in service delivery, value, and sustainability:
Quality and Innovation - 20%
Ensuring high-quality care and encouraging innovation are fundamental to improving patient outcomes and service efficiency. Providers must demonstrate their ability to deliver effective, evidence-based care while embracing innovation to enhance service delivery.
Value - 20%
Cost-effectiveness is essential to ensure the long-term sustainability of the service while maintaining high standards of care. This weighting reflects the need for providers to deliver high-quality services within budget and demonstrate efficiency in resource allocation.
Integration, collaboration, and service sustainability - 20%
Integration between providers, collaboration across healthcare services, and long-term service sustainability are key to ensuring seamless patient care. Enhanced patient record-sharing, coordinated care pathways, and strong partnerships contribute to a more efficient and effective service.
Improving access, reducing health inequalities, and facilitating choice - 20%
Equitable access to hearing aid services is a priority, ensuring patients from all backgrounds-including those in underserved areas-receive timely care. This criterion also supports patient choice, allowing individuals to select the provider that best meets their needs.
Social Value - 20%
The service must align with NHS Sussex's commitment to environmental, economic, and social sustainability. Providers will be evaluated on their ability to support local employment, reduce their environmental impact, and contribute to community well-being.
The decision to award the contract to Outside Clinic was made through review of the above structured evaluation of key criteria, selection standards, and PSR compliance, which demonstrated that Outside Clinic continues to provide a high quality service for our population whilst ensuring the best value and service continuity for NHS Sussex.
The assessment of the current service is as follows:
Quality and innovation
The service is led by qualified audiologists and an appropriate skill mix within their team. The assessment and fitting can only be done by staff that are either suitably registered or supervised by a registered practitioner.
The provider is required to provide monthly local quality requirement reports, which provide metrics on patient safety incidents, complaints, translation, DNA, Mandatory training, appraisal, supervision, professional standards, family and friends test and infection control. There have been no irregularities highlighted to the ICB over the last year.
The service specification and contract requirements require the service to be compliant with IQIPS and OC is accredited for domiciliary and are reviewing with UKAS the need for further accreditation.
Value
The arrangement represents value by avoiding the mobilisation and integration costs of appointing a new temporary provider, maintaining existing pathways and systems, and preventing potential additional costs from service disruption. It delivers continuity of care and safe patient transfer within a proportionate, time-limited contract, ensuring resources are used effectively during the 6-month notice period.
Integration, collaboration and service sustainability
The decision to continue with the incumbent provider during the 6-month notice period supports local and national NHS plans by ensuring service continuity and safeguarding patient care during the transition. The arrangement facilitates collaboration between the incumbent, incoming providers, and the ICB, enabling coordinated patient transfers and maintaining integrated care pathways. This approach secures the stability of high-quality audiology services and minimises risks of disruption, aligning with NHS objectives for sustainable and patient-centred service delivery.
Improving access, reducing health inequalities, and facilitating choice
This short-term continuation ensures uninterrupted access to audiology services for all existing patients, preventing gaps in care that could exacerbate health inequalities. While statutory patient choice is not applicable for this non-consultant-led service, the planned transition to alternative providers will maintain opportunities for patient choice where multiple providers are commissioned, supporting equitable access and patient-centred care.
Social value
The short-term continuation of the incumbent provider supports economic stability by preserving local employment and maintaining healthcare service delivery within the community. It upholds social well-being by ensuring uninterrupted patient care and community trust. While environmental initiatives are limited during this notice period, the arrangement avoids disruption that could increase resource use and supports NHS sustainability goals.
The procurement is approved by the Deputy Chief Strategy and Delivery Officer.
There are no identified conflicts of interest.
This is a Provider Selection Regime (PSR) 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 and the Procurement Act Regulations 2023 do not apply to this award.
Written representations should be sent to robert.kitt1@nhs.net
six.4) Procedures for review
six.4.1) Review body
NHS Sussex Integrated Care Board
Sackville House, Brooks Close
Lewes
BN7 2FZ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
NHSE
Skipton House, 80 London Road
London
SE1 6LH
Country
United Kingdom