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
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
royalcourtsofjustice.jc@gov.uk
Country
United Kingdom