NHS Breast Screening Programme (London)
A Contract Award Notice
by NHS ENGLAND (LONDON REGION)
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £12M-£50M
- Sector
- HEALTH
- Published
- 29 May 2025
- Delivery
- not specified
- Deadline
- n/a
Related Terms
Location
London:
1 buyer
- NHS England London Region London
3 suppliers
- Royal Free London NHS FT London
- Kings College Hospital NHS FT London
- St Georges University Hospitals NHS FT London
Description
PRJ1217 NHS Breast Screening Programme (London) - Intention to Award Notice Previous FTS Publications: F02 Contract Notice - 2024/S 000-037182 This notice relates to the procurement of the NHS Breast Screening Programme (London) Service. The service is an existing healthcare service and will be provided by a mixture of new and existing Providers. 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 5 years with the option to extend for a further 2 years at the sole discretion of the Authority. The contract will start on 01/04/2026 and end 31/03/2031, if the optional extension is utilised the contract end date will be 31/03/2033. The lifetime value of the contract (across all the first 5 years) is £168,443,181 (£33,688,636 per annum). This will be paid on a cost and volume basis except for year 1, where there will be a minimum income guarantee. Please see further information below.
Lot Division
| 1 | North Central London (NLBSS & CELBSS) |
| 2 | North East London (ONELBSS) |
| 3 | North West London (WoLBSS) |
| 4 | South East London (SELBSS) |
| 5 | South West London (SWLBSS) |
| 6 | London & West Herts Admin Hub |
Award Detail
| 1 | Royal Free London NHS FT (London)
|
| 2 | Royal Free London NHS FT (London)
|
| 3 | Royal Free London NHS FT (London)
|
| 4 | Kings College Hospital NHS FT (London)
|
| 5 | St Georges University Hospitals NHS FT (London)
|
| 6 | Royal Free London NHS FT (London)
|
Renewal Options
The contract(s) for the Service will be awarded for a period of 5 years (60 months), with an optional extension 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 and (84 months).
Award Criteria
| The contract award criteria are specified in the procurement documents. | 95 |
| Cost | 5 |
CPV Codes
- 85100000 - Health services
Indicators
- Options are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 11.06.2025. Written representations should be sent to: hub.psrrepresentation@nhs.net Decision-Makers: - Regional Director of Finance, NHSE London - Regional Director of Commissioning, NHSE London Approval was also given by: - Head of Adult and Cancer Screening, NHSE London - Adult Screening Commissioning Team Leader, NHSE London - Regional Director for Primary Care and Public Health, NHSE London There were no conflicts of interest identified in the decision-making process. Relative Importance of the Key Criteria: This varied per Lot depending on the questionnaire utilised. 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 Selection Questionnaire (SQ) 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 Selection Questionnaire would not progress further in the procurement process and would be disqualified. All Providers passed the Selection Questionnaire 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 Providers in each Lot 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.
Reference
- ocds-h6vhtk-0528bf
- FTS 028427-2025