Section one: Contracting authority
one.1) Name and addresses
London Borough of Hackney
Hackney Service Centre, 1 Hillman Street
Hackney
E8 1DY
Contact
Mr Duncan Jones
Telephone
+44 2083563000
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
North East Hackney Enhanced Immunisation Service
Reference number
DN775805
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The service will deliver immunisations to the population in the North East of Hackney, with a particular focus on the Charedi community, which has lower vaccine uptake rates. The aims of the service are listed below:
Overcome barriers to access by providing regular Enhanced Access Clinics (including Sunday clinics at Spring Hill Group Practice and Stamford Hill Group Practice, and Thursday afternoon clinics at Lubovitch Children Centre).
Offer routine and catch-up vaccinations (including pregnancy vaccinations) to increase immunisation take-up and coverage.
Ensure eligible people are aware of the offer and encourage them to come forward.
Continuously improve the service based on learning, feedback, and evaluation.
Work flexibly with the NEL ICB, the Council, and partners to identify, report, and react to emerging risks and concerns.
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: £165,534.67
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
two.2.4) Description of the procurement
The service will deliver immunisations to the population in the North East of Hackney, with a particular focus on the Charedi community, which has lower vaccine uptake rates.
This contract is for the period of 1st April 2025 to 31st March 2026. This procurement has been done using Direct Award C under the Provider Selection Regime. The provider invited to bid for this procurement is the current provider of the service.
The PSR regulations set out a number of basic criteria (which deliberately mirror the mandatory Selection Questionnaire requirements under the Public Contracts Regulations 2015) and five key criteria which must be considered when assessing a provider’s ability to deliver a service under Direct Award Process C. These are:
Quality & innovation;
Value;
Integration, collaboration & service sustainability;
Improving access, reducing health inequalities & facilitating choice;
Social value.
An invitation to submit a proposal was issued to the City and Hackney IPC via the London Tender Portal on 13th June 2025. The opportunity to express an interest was issued solely to the City and Hackney IPC.
City and Hackney IPC was required to complete Hackney Council’s standard Selection Questionnaire (SQ) to demonstrate that the basic selection criteria had been met and, therefore, that it had appropriate financial standing to undertake the delivery of the Service. The provider was also required to provide proof that it meets insurance requirements and references proving experience and technical and professional ability.
In order to ensure that the provider meets the PSR key criteria, City and Hackney IPC was required to complete a mandatory template with a defined set of questions matching those criteria. The template was used as the official proposal of the provider and will be attached to the contract’s full terms and conditions.
Once the provider’s response was submitted, their SQ response was evaluated to ensure they met the relevant criteria. The proposal submitted against the key criteria was then issued to an Evaluation Panel consisting of appropriately qualified officers.
All panel members completed a Declaration of Interest Form to confirm that they did not have any conflicts of interest, prior to scoring the proposal.
The response to each key criteria question was initially scored individually by Panel members. Subsequently, a moderation session was arranged to agree final scores for each question.
two.2.5) Award criteria
Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100
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
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 02/01/2026. This contract has not yet formally been awarded; this notice serves 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: No
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
18 December 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
City and Hackney Integrated Primary Care
1st Floor, The Lawson Practice, 85 Nuttall Street
London
N1 5HZ
Country
United Kingdom
NUTS code
- UKI41 - Hackney and Newham
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £165,534.67
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. Representations by providers must be made to decision makers by 02/01/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Written representations can be sent to childrensintegratedcommissioning@hackney.gov.uk.
No conflicts of interest with the decision makers were identified.
The award was approved by Hackney Council Director of Finance, Procurement Category Lead and Director of Partnerships, Impact and Delivery.
The PSR regulations set out a number of basic criteria (which deliberately mirror the mandatory Selection Questionnaire requirements under the Public Contracts Regulations 2015) and five key criteria which must be considered when assessing a provider’s ability to deliver a service under Direct Award Process C. These are:
- Quality & innovation;
- Value;
- Integration, collaboration & service sustainability;
- Improving access, reducing health inequalities & facilitating choice;
- Social value.
It was these above key criteria which were used to assess the proposal by the bidder for this direct award.
The successful provider satisfactorily met all of the above criteria in their response to the Invitation for Proposal and have demonstrated through their delivery of the service their ability to meet all these in practice.
six.4) Procedures for review
six.4.1) Review body
London Borough of Hackney Council
1 Hillman Street
London
E8 1DY
Country
United Kingdom