PRJ 2206 NCL ICB Community Audiology Services for the London Boroughs of Barnet, Camden and Enfield

A Contract Award Notice
by NHS NORTH CENTRAL LONDON INTEGRATED CARE BOARD

Source
Find a Tender
Type
Contract (Services)
Duration
5 year (est.)
Value
£602K-£7M
Sector
HEALTH
Published
09 Mar 2026
Delivery
To 09 Mar 2031 (est.)
Deadline
n/a

Related Terms

Location

London

Geochart for 2 buyers and 3 suppliers

Description

NHS North Central London Integrated Care Board (NCL ICB) (hereafter referred to as "the Authority") are seeking to commission Community Audiology Services for the London Boroughs of Barnet, Camden and Enfield. The duration of the proposed contracts will be three (3) years with two additional options (at the sole discretion of the Authority) to extend the contract for up to one 1 year each, equating to a maximum possible duration of five (5) years (3+1+1). This will be a cost and volume contract therefore will be subject to activity delivered alongside relevant Indicative Activity Plans. The Go live date for the Service is 1st July 2026. The contract(s) will be between the successful provider and North Central London ICB. This is a Provider Selection Regime (PSR) Contract 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.

Lot Division

1 Barnet

The service is an existing service and will be provided by an existing provider. This notice is an intention to award a contract under The Health Care Services (Provider Selection Regime) Regulations 2023. The lifetime Value of the contract is £7,319,198, or £1,463,840 per annum. The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority. The contract will start on 01/07/2026 and end 30/06/2029, if the optional extension is utilised the contract end date will be 30/06/31.

2 Camden

The service is an existing service and will be provided by a new provider. This notice is an intention to award a contract under The Health Care Services (Provider Selection Regime) Regulations 2023. The lifetime Value of the contract is £602,145 or £120,429 per annum. The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority. The contract will start on 01/07/2026 and end 30/06/2029, if the optional extension is utilised the contract end date will be 30/06/31.

3 Enfield

The service is an existing service and will be provided by a new provider. This notice is an intention to award a contract under The Health Care Services (Provider Selection Regime) Regulations 2023. The lifetime Value of the contract is £2,137,760, or £427,552 per annum. The contract term will be 3 years with the option to extend for a further 2 years at the sole discretion of the Authority. The contract will start on 01/07/2026 and end 30/06/2029, if the optional extension is utilised the contract end date will be 30/06/31.

Award Detail

1 Audiological Science (London)
  • Barnet
  • Num offers: 5
  • Value: £7,319,198
  • Contractor is an SME.
2 Audiological Science (London)
  • Camden
  • Num offers: 5
  • Value: £602,145
  • Contractor is an SME.
3 Audiological Science (London)
  • Enfield
  • Num offers: 5
  • Value: £2,137,760
  • Contractor is an SME.

Renewal Options

The duration of the proposed contract will be three (3) years with two additional options (at the sole discretion of the Authority) to extend the contract for up to one 1 year, equating to a maximum possible duration of five (5) years (3+1+1).

Award Criteria

The contract award criteria are specified in the procurement documents 80.0
PRICE 20.0

CPV Codes

  • 85121240 - ENT or audiologist services

Indicators

  • Options are available.
  • Award on basis of price.

Other 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 Procurement Act 2023 do not apply to this award. 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 20th March 2026. Written representations should be sent to hub.psrrepresentation@nhs.net Details of the individual/individuals making the decision: The decision was made by the Chief Financial Officer of NCL ICB and Chief Executive Officer of NCL ICB Rationale for the relative importance of key criteria: The procurement evaluation criteria were structured to ensure an appropriate balance between the key criteria. The overall weighting was distributed as follows: Key Criteria Area; Weighting (%) Quality and Innovation; 34% Value (Price); 20% Integration, Collaboration and Service Sustainability; 24% Improving Access, Reducing Health Inequalities and Facilitating Choice; 12% Social Value; 10% Total; 100% Social Value was weighted at 10%, in line with the mandated minimum requirement for procurements. Price was weighted at 20%, providing sufficient competition on cost while avoiding over emphasis on price at the expense of service quality and patient outcomes. Quality and Innovation carried the highest weighting at 34%, reflecting the clinical importance, safety considerations, and the need for innovative approaches in the delivery of audiological services. A further 12% was allocated to Improving Access, Reducing Health Inequalities and Facilitating Choice, recognising the critical role of audiology services in addressing disparities in access, supporting patient choice, and improving population health outcomes. The Integration, Collaboration and Service Sustainability criterion was weighted at 24%, reflecting the importance of providers working effectively with system partners, integrating services across pathways, and demonstrating long term sustainability in service delivery. Overall, the weighting structure was designed to ensure that the procurement prioritised high quality, accessible, and sustainable audiology services, while maintaining appropriate value for money. Rationale for choosing the provider: Tenders were assessed using the published ITT criteria to determine the Most Advantageous Tender (MAT), based on quality and cost. The highest scored bidder per Lot was selected as Preferred Bidder for contract award. All members were required to complete COI forms and there were no material conflicts of interest.

Reference

  • FTS 021099-2026

Domains