Hysbysiad dyfarnu contract
Canlyniadau'r weithdrefn gaffael
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
London Borough of Hackney
Hackney Service Centre, 1 Hillman Street
Hackney
E8 1DY
UK
Person cyswllt: Mr Duncan Jones
Ffôn: +44 2083563000
E-bost: duncan.jones@hackney.gov.uk
NUTS: UKI41
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.hackney.gov.uk
Cyfeiriad proffil y prynwr: http://www.hackney.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
North East Hackney Enhanced Immunisation Service
Cyfeirnod: DN775805
II.1.2) Prif god CPV
85000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.1.7) Cyfanswm gwerth y caffaeliad
Gwerth heb gynnwys TAW: 165 534.67 GBP
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKI41
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maes prawf ansawdd: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard
/ Pwysoliad: 100
Price
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Dyfarnu contract heb gyhoeddi galwad am gystadleuaeth yng Nghyfnodolyn Swyddogol yr Undeb Ewropeaidd ymlaen llaw
Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:
Mae’r caffaeliad y tu allan i gwmpas cymhwysiad y gyfarwyddeb
Esboniad
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
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Na
Section V: Dyfarnu contract
Dyfernir contract/lot:
Ydy
V.2 Dyfarnu contract
V.2.1) Y dyddiad y daeth y contract i ben
18/12/2025
V.2.2) Gwybodaeth am dendrau
Nifer y tendrau a ddaeth i law: 1
Nifer y tendrau a ddaeth i law gan BBaChau: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 0
Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 0
Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 0
Dyfarnwyd y contract i gr?p o weithredwyr economaidd:
Na
V.2.3) Enw a chyfeiriad y contractwr
City and Hackney Integrated Primary Care
1st Floor, The Lawson Practice, 85 Nuttall Street
London
N1 5HZ
UK
NUTS: UKI41
BBaCh yw’r contractwr:
Na
V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)
Cyfanswm gwerth y contract/lot: 165 534.67 GBP
V.2.5) Gwybodaeth am is-gontractio
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
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.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
London Borough of Hackney Council
1 Hillman Street
London
E8 1DY
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
18/12/2025