Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
KENT COMMUNITY HEALTH NHS FOUNDATION TRUST
Trinity House, 110/120 Upper Pemberton, Eureka Park, Kennington
Ashford
TN254AZ
UK
Contact person: Connor Hubbard
E-mail: connor.hubbard@nhs.net
NUTS: UKJ4
Internet address(es)
Main address: https://www.kentcht.nhs.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Augmentative and Alternative Communication (AAC) services - Kent & Medway Assistive Technology (KMCAT)
II.1.2) Main CPV code
85121200
II.1.3) Type of contract
Services
II.1.4) Short description
To deliver the Specialised AAC service across the age range set out in the national specification.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
3 646 222.08
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ
II.2.4) Description of the procurement
To Deliver the Specialised AAC service across the age range set out in the national specification set out below.
The aims of the service is to:-
• • To assess and support adults registered with GP's across the Eastern and Coastal Kent Primary Care Trust locality (i.e. Canterbury/Coastal and Swale, Thanet Dover/Deal, and Ashford and Shepway) who have disabilities and complex needs in the use of communication, through a specialist multidisciplinary team. Assistive technology is used to enable patients to communicate.
• • To provide an equitable and efficient service to adults to ensure that their needs for communication and assistive technology are met in a timely manner - especially for that group with rapidly deteriorating neurological conditions.
• • To enable communication to enhance the autonomy, independence and quality of life for clients.
• • To reduce the burden of responsibility and improve the quality of life for families and carers.
• • To provide a client centred service, which facilitates the integration of communication, postural management, powered mobility and environmental controls.
• • To ensure that adolescents experience a smooth transition from the Kent Children's CAT service to the Adult CAT service.
• • To maximise efficient use of equipment budgets through avoidance of duplication and through effective knowledge of the market place.
• • To develop a model of best practice for the County.
The authority is intending to award 3 x contracts to an existing provider following direct award process C of the Provider Selection Regime. The approximate lifetime value of contracts are as follows:
1. £1,435,344.20
2.£1,554,962.88
3.£655,915.00
II.2.5) Award criteria
Cost criterion: the existing provider is satisfying the original contracts and will likely satisfy the proposed contracts to a sufficient standard
/ Weighting: 100
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
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 24/02/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/02/2026
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
East Kent Hospitals University NHS Foundation Trust
Kent and Canterbury Hospital, Ethelbert Road
Canterbury
CT1 3NG
UK
NUTS: UKJ4
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 435 344.20
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/02/2026
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
East Kent Hospitals University NHS Foundation Trust
Kent and Canterbury Hospital, Ethelbert Road
Canterbury
UK
NUTS: UKJ4
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 554 962.88
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
03/02/2026
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
East Kent Hospitals University NHS Foundation Trust
Kent and Canterbury Hospital, Ethelbert Road
Canterbury
CT1 3NG
UK
NUTS: UKJ4
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 655 915.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.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, nor the Procurement Act 2023 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 24/02/2026. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
Any representations should be sent via email to connor.hubbard@nhs.net
The award of these contracts have been the decision of the Trust's relevant heads of service, and the Assistant Director of Prevention, Inequalities and Children Services. There has been no identified conflicts of interest.
The deemed relative importance of the key criteria used for decision making is shown below. The rationale of this importance has been determined via the service specification and requirements.
- Quality and Innovation 30%
- Value 15%
- Integration, collaboration and service sustainability 15%
- Improving access, reducing health inequalities and facilitating patient choice 30%
- Social value 10%
The provider has been deemed to be delivering the original contracts to a sufficient standard in relation to the above criteria, and is thus likely to satisfy the proposed contracts to a sufficient standard.
VI.4) Procedures for review
VI.4.1) Review body
The Independent Patient Choice and Procurement Panel
Leeds
UK
VI.5) Date of dispatch of this notice
11/02/2026