Section one: Contracting authority
one.1) Name and addresses
NHS Lincolnshire Integrated Care Board
Bridge House The Point Lions Way
Sleaford
NG34 8GG
Contact
Tom Greenwood
Country
United Kingdom
Region code
UKF30 - Lincolnshire
Internet address(es)
Main address
https://www.lincolnshire.icb.nhs.uk/
Buyer's address
https://www.lincolnshire.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
Lung Cancer Screening Programme on behalf of NHS Lincolnshire ICB
Reference number
C371324
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Lincolnshire Integrated Care Board (ICB) have undertaken a Competitive Process under the Provider Selection Regime (PSR) regulations to invite suitably qualified and experienced providers to deliver a Lung Cancer Screening Programme.
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: £12,215,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKF3 - Lincolnshire
two.2.4) Description of the procurement
NHS Lincolnshire Integrated Care Board (ICB) have undertaken a Competitive Process under the Provider Selection Regime (PSR) regulations to invite suitably qualified and experienced providers to deliver a Lung Cancer Screening Programme.
This programme is a key Cancer Alliance early diagnosis programme, funded by the LCS National Team, that aims to diagnose patients with lung cancer earlier by identifying the population at increased risk, inviting them for a lung health check (LHC) and where eligible, a low dose CT (LDCT) scan.
This notice is to communicate the intention to award a contract under the Provider Selection Regime (PSR) Competitive Process.
This contract relates to an new service with the intention to award being made to a new provider.
The contract will be for a period of 4 years commencing 1st March 2026 until the 28th February 2030.
The approximate lifetime value of the contract is £12,215,000.
two.2.5) Award criteria
Quality criterion - Name: Quality and Innovation / Weighting: 64%
Quality criterion - Name: Integration, Collaboration & Service Sustainability / Weighting: 6%
Quality criterion - Name: Improving access, reducing health inequalities and facilitating Choice / Weighting: 10%
Quality criterion - Name: Social Value / Weighting: 10%
Cost criterion - Name: Value / Weighting: 10%
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 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 000-036264
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
23 October 2025
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
InHealth Ltd
Burnham Yard, London End
Beaconsfield
HP9 2JH
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
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: £12,215,000
Total value of the contract/lot: £12,215,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 21 %
Short description of the part of the contract to be subcontracted
InHealth will be Prime Contractor delivering 79% and HLH Imaging Group will be subcontracted for the AI solution and radiology reporting in-line with the LCS Standard Protocol and be delivering 21%.
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 the 19th November 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.
Written representations should be sent to thomas.greenwood2@nhs.net
Award decision-makers: The award decision has been made by the Chief Finance Officer of the Derby & Derbyshire, Lincolnshire and Nottingham, Nottinghamshire Integrated Care Board Cluster on the 23rd October 2025.
Conflicts of Interest: 1 perceived Conflict of Interest and 1 actual Conflict of Interest were identified throughout the process.
Due to the nature of the perceived conflict, the mitigation provided and the robust open, fair and transparent procurement process being undertaken, it was agreed with the Commissioning Lead and the Associate Director of Contracting and Procurement that no further action was required at the time.
The planned mitigation measure was to remove panel members from the procurement and evaluation processes if the perceived conflicts of interest became actual. However, this did not materialise, and panel member was able to continue with their role on the procurement.
Due to the nature of the actual conflict that was identified, it was decided by the ICB to remove the individual from the evaluation panel and replace with another subject matter expert.
The lifetime value of the contract is expected to be £12,215,000.
The Key Criteria used and weighted by the authority were as follows:
• Quality and Innovation: 64.00%
• Integration, Collaboration & Service Sustainability: 6.00%
• Improving access, reducing health inequalities and facilitating choice: 10.00%
• Social Value: 10.00%
• Value: 10.00%
The rationale for this was based on the detailed list of all requirements according to the specification and requirements of the integrated care system.
six.4) Procedures for review
six.4.1) Review body
NHS England
Wellington House, 133-135 Waterloo Rd
London
SE1 8UG
england.commercialqueries@nhs.net
Country
United Kingdom