Contract

Falls Prevention Service in Hillingdon

  • NHS North West London Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-074948

Procurement identifier (OCID): ocds-h6vhtk-05e3bb

Published 18 November 2025, 4:40pm



Section one: Contracting authority

one.1) Name and addresses

NHS North West London Integrated Care Board

15 Marylebone Rd,

London

NW1 5JD

Contact

Helen Hewitt

Email

helen.hewitt11@nhs.net

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.nwlondonics.nhs.uk

Buyer's address

https://www.nwlondonics.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

Falls Prevention Service in Hillingdon

Reference number

C390802

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The service is a key community-based clinical intervention focused on supporting older adults to reduce their risk of falls.

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: £210,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKI72 - Brent
Main site or place of performance

London Borough of Hillingdon

two.2.4) Description of the procurement

- this service is for the provision of a community-based falls prevention service with clinical intervention focused on supporting older adults to reduce their risk of falls;
- the relevant authority is intending to award to an existing provider following direct award process C;
- the lifetime value of the contract is £210,000 excluding VAT (£252,000 inclusive VAT); and
- the services are intended to be provided from 01 October 2025 up to 31 March 2027

two.2.5) Award criteria

Price

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

two.2.14) Additional information

Reference to II.2.5.1.1 Award criteria, the existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard, weighting 100%.


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) 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. Representations by providers must be made to the relevant authority by midnight on 01/12/2025 (8 days following publication of intention to award notice). This contract has not yet been formally awarded, this notice services as an intention to award under the PSR.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


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: 1

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

five.2.3) Name and address of the contractor

Third Sector Together North West London

Key House, 106 High Street, West Drayton

Ylewsley

UB7 7BQ

Country

United Kingdom

NUTS code
  • UKI74 - Harrow and Hillingdon
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: £210,000

Total value of the contract/lot: £210,000


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 and the Procurement Act do not apply to this award. The publication of this notice marks the start of the Standstill Period. Representations by providers must be made to the decision makers by midnight on 01/12/2025 (8 working days following publication of intention to award notice). The contract has not yet been formally awarded, this should notice serves as an intention to award under the PSR.

- the relevant authority's governance group is making the award decision

- the award of the contract is to be made to the existing consortium organisation NWL Third Sector Together and its consortium member, Age UK Hillingdon, Harrow, Brent;

- the relative importance of the key criteria used to make a decision, the rationale for the relative importance of the key criteria and the rationale for choosing the provider with reference to the 5 key criteria areas are as follows:

Relative importance number 1: Social value
Rationale: important to determine across all contracts and is a way of measuring the service.
Rationale chosen supplier: supplier addresses social determinants of health, net zero targets, broader social / environmental / economic developments.

Relative importance number 2: Integration, collaboration and service sustainability
Rationale: service sits within a wider context of the health system and supports wider sustainability.
Rationale chosen supplier: supplier improves quality and outcomes, reduces inequalities and contributes to retaining skilled local workforce

Relative importance number 3: Quality and innovation
Rationale: gains understanding of service performance and delivery and is an important component of quality care assurance to our patients.
Rationale for chosen supplier: data and KPIs evidences quality and innovation are met

Relative importance number 4: Value
Rationale: this is core part of commissioning and given wider pressures on NHS it’s key all contracts provide good value.
Rationale for chosen supplier: benefits, costs, efficiency and benchmarking evidences value for money.

Relative importance number 5: Improving access, reducing health inequalities, facilitating choice
Rationale: all services need to address health inequality and improve access to care, it is at the heart of our strategy as an ICB.
Rationale for chosen supplier: there are actions for deprived/vulnerable groups, the populations served is understood, digital exclusion is addressed

- no declared or potential conflicts of interest of individuals making the decision have been identified.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Email

royalcourtsofjustice.jc@gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/