Contract

North East London 111 IUC Contract

  • NHS North East London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-074059

Procurement identifier (OCID): ocds-h6vhtk-05e1ac

Published 14 November 2025, 2:55pm



Section one: Contracting authority

one.1) Name and addresses

NHS North East London Integrated Care Board

20 Churchill Place, Canary Wharf

London

E145HJ

Contact

Kieran James Paterson

Email

kieran.james-paterson@nhs.net

Country

United Kingdom

Region code

UKI - London

NHS Organisation Data Service

QMF

Internet address(es)

Main address

https://www.northeastlondon.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

North East London 111 IUC Contract

Reference number

PRJ2016

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Intention to Award Notice

Previous FTS Publications:

F02 Contract Notice - 2025/S 000-017276

This notice relates to the procurement of the NHS North East London 111 IUC Contract. The service is an existing healthcare service and will be provided by an existing Provider.

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 3 years with two further extension options of up to 2 years (3+2+2) at the sole discretion of the Authority.

The contract will start on 01/08/2026 and end 31/07/2029, if the optional extensions are utilised the contract end dates will be 31/07/2031 and 31/07/2033 respectively.

The lifetime value of the contract (across all the first 3 years) is ££63,861,108.

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: £63,861,108

two.2) Description

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: 84

Cost criterion - Name: Cost / Weighting: 16

two.2.11) Information about options

Options: Yes

Description of options

The contract(s) for the Service will be awarded for a period of 3 years (36 months), with two optional extensions 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 (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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

13 November 2025

five.2.2) Information about tenders

Number of tenders received: 5

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

five.2.3) Name and address of the contractor

London Ambulance Service NHS Trust (LAS)

220 Waterloo Road

London

SE18SD

Country

United Kingdom

NUTS code
  • UKI - London
NHS Organisation Data Service

RRU

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: £63,861,108

Total value of the contract/lot: £63,861,108


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 26.11.2025.

Written representations should be sent to: hub.psrrepresentation@nhs.net

There were no conflicts of interest identified in the decision-making process.

Relative Importance of the Key Criteria:

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 Procurement Specific Questionnaire (PSQ) 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 PSQ would not progress further in the procurement process and would be disqualified. All Providers passed the PSQ 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 Bidder 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 North East London Integrated Care Board

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 15th of November 2025 (00:00am) until the 26th of November 2025 (23:59pm).