Contract

The Provision of a Community Vasectomy Service

  • NHS South West London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-054702

Procurement identifier (OCID): ocds-h6vhtk-04e2e0 (view related notices)

Published 8 September 2025, 2:50pm



Section one: Contracting authority

one.1) Name and addresses

NHS South West London Integrated Care Board

120 The Broadway

London

SW19 1RH

Email

hub.psrrepresentation@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.southwestlondon.icb.nhs.uk

Buyer's address

https://www.southwestlondon.icb.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

The Provision of a Community Vasectomy Service

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS South West London Integrated Care Board (SWL ICB) is seeking to appoint a provider for the provision of a high quality, safe, community vasectomy service in primary care settings for all residents living in the boroughs of Croydon, Kingston, Merton, Richmond, Sutton and Wandsworth.

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: £1,100,250

two.2) Description

two.2.2) Additional CPV code(s)

  • 85312330 - Family-planning services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

NHS South West London Integrated Care Board (SWL ICB) is seeking to appoint a provider for the provision of a high quality, safe, community vasectomy service comprising of pre-operative counselling, the procedure, and post-vasectomy testing. The service will provide safe non-scalpel technique vasectomies under local anaesthetic (LA) in primary care settings for all residents living in the boroughs of Croydon, Kingston, Merton, Richmond, Sutton and Wandsworth.

The contract to be awarded is for an initial duration of three years, which is intended to run from 1 October 2025 until 30 September 2028 with a two-year contract extension up to 30 September 2030.

The estimated total annual contract value is £228,529

and total contract value over the full term is £1,142,645.

two.2.5) Award criteria

Quality criterion - Name: The Contract award criteria are specified in the procurement documents / Weighting: 100

Price - Weighting: Pass/Fail

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for two years.


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 000-005436


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

19 August 2025

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Sutton Primary Care Networks

The Thomas Wall Centre

52 Benhill Avenue, Sutton

SM1 4DP

Country

United Kingdom

NUTS code
  • UKI - London
Justification for not providing organisation identifier

Not on any register

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: £1,142,645

Total value of the contract/lot: £1,100,250


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.

The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by 23.59 on 19 September 2025. 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.

Representations can be sent to: hub.psrrepresentation@nhs.net

The award decision was approved by the NHS South West London Integrated Care Board; Procurement Oversight Group (POG) & Contract & Procurement Group (CPaG) based on a recommendation from the procurement evaluation panel.

There were no conflicts of interest declared or identified amongst evaluators.

The criteria used to award the contract were mapped to the five key criteria as follows: (1) Quality and Innovation: 32.5% (2) Value: Pass/Fail (3) Integration, collaboration and service sustainability: 32.5% (4) Improving access, reducing health inequalities and facilitating choice: 25% (5) Social value: 10%.

All scored and Pass/Fail criteria were met.

six.4) Procedures for review

six.4.1) Review body

NHS South West London Integrated Care Board

120 The Broadway

London

SW19 1RH

Email

hub.psrrepresentation@nhs.net

Country

United Kingdom