Provision of Insourced and Outsourced Clinical Services Framework
A Voluntary Ex-Ante Transparency (VEAT) Notice
by COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- not specified
- Value
- £0-£100M
- Sector
- HEALTH
- Published
- 12 Aug 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Chester
2 buyers
42 suppliers
- Affordable Healthcare Leicester
- Agile Workforce Services London
- Athona Romford
- Atlas Diagnostics Salford
- Bestway Healthcare Solutions Manchester
- Birmingham Smartcare Birmingham
- Carepro Ilford
- Consultant Connect Oxford
- Day Webster Ilford
- Diagnostic World Leeds
- Eden UK Clinical Services Milton Keynes
- Enigma Healthcare Tarporley
- Fortify Clinic Manchester
- Frontiere Medicale Europe Saffron Walden
- Frontline Health Professionals Potters Bar
- Globe Locums London
- Harrow Health CIC Harrow
- Health Now Chertsey
- Healthcare Business Solutions Nottingham
- Her Health Partnerships London
- Ics Operations London
- Id Medical Group Milton Keynes
- Intersource Medical Services Milton Keynes
- Key Performance International Healthcare Milton Keynes
- Medacs Healthcare London
- Mediservices Healthcare Redditch
- Medsurg Elective Care Camberley
- Modality Wolverhampton
- Myheartcare Newcastle upon Tyne
- Mylocum Ilford
- Portland Clinical Sheffield
- Primary Eyecare Services Manchester
- Sah Diagnostics London
- Sanus Cor London
- SHS Partners Surgical Bury
- Sirona Medical Sawbridgeworth
- Skyline Hospitals Birmingham
- Spire Healthcare London
- Sussex Community Dermatology Service Brighton
- Thrive Health Hubs Upminster
- Elective Services London
- Friends Medical Service Belfast
Description
This is a Provider Selection Regime (PSR) intention to award notice. The relevant Tender Notice was 2025/S 000-016528 with OCID ocds-h6vhtk-05065a The awarding of this framework agreement 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 and The Procurement Regulations 2024 d o not apply to this award. The standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight at the end of 22 August 2025 to info@coch-cps.co.uk. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR. The award decision makers were two Senior Commercial Procurement Specialists, the Commercial Procurement Manager and the Director of Commercial Procurement Services. The Key Criteria were: Lot 1 • Social Value Pass/Fail • Value - Value Declaration Pass/Fail • Value - Commercial Questionnaire Pass/Fail • Quality and Innovation - Service quality 25% • Quality and Innovation - Patient experience & patient safety 25% • Integration, collaboration, and service sustainability - Integration & collaboration 15% • Integration, collaboration, and service sustainability - Increasing capacity 15% • Integration, collaboration, and service sustainability - Service mobilisation 10% • Improving access, reducing health inequalities, and facilitating choice - Meeting patient needs and preferences 5% • Improving access, reducing health inequalities, and facilitating choice - Communication with patients and contracting Relevant Authorities 5% Lot 2 • Social Value Pass/Fail • Value - Value Declaration Pass/Fail • Value - Commercial Questionnaire Pass/Fail • Quality and Innovation - Service quality 25% • Quality and Innovation - Patient experience & patient safety 25% • Integration, collaboration, and service sustainability - Integration & collaboration 15% • Integration, collaboration, and service sustainability - Increasing capacity 15% • Integration, collaboration, and service sustainability - Service mobilisation 10% • Improving access, reducing health inequalities, and facilitating choice - Meeting patient needs and preferences 5% • Improving access, reducing health inequalities, and facilitating choice - Communication with patients and contracting Relevant Authorities 5% The framework will be available to all Relevant Authorities (and any future successors to these organisations). "Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. The aim of this Framework is to provide Relevant Authorities with fully compliant solutions which supplement the delivery of patient care by Relevant Authorities in line with the NHS' core Key Performance Indicators and standards. The Framework will have two Lots. Lot 1 Insourced Clinical Services Lot 2 Outsourced Clinical Services Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment. Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider. Insourced and Outsourced Services will include the full range of Surgical and Medical specialties and sub-specialties. The specialties and sub-specialties are those listed by the various Surgical and Medical Royal Colleges. In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, new Providers may be added to this Framework during the Term of the Framework. Award of a Framework Agreement does not guarantee or imply any commitment to award a Call-off Contract by any Relevant Authority.
Lot Division
1 | Insourced Clinical Services Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment. |
2 | Outsourced Clinical Services |
Award Detail
1 | Affordable Healthcare (Leicester)
|
2 | Agile Workforce Services (London)
|
3 | Athona (Romford)
|
4 | Atlas Diagnostics (Salford)
|
5 | Bestway Healthcare Solutions (Manchester)
|
6 | Birmingham Smartcare (Birmingham)
|
7 | Carepro (Ilford)
|
8 | Consultant Connect (Oxford)
|
9 | Day Webster (Ilford)
|
10 | Diagnostic World (Leeds)
|
11 | Eden UK Clinical Services (Milton Keynes)
|
12 | Enigma Healthcare (Tarporley)
|
13 | Fortify Clinic (Manchester)
|
14 | Frontiere Medicale Europe (Saffron Walden)
|
15 | Frontline Health Professionals (Potters Bar)
|
16 | Globe Locums (London)
|
17 | Harrow Health CIC (Harrow)
|
18 | Health Now (Chertsey)
|
19 | Healthcare Business Solutions (Nottingham)
|
20 | Her Health Partnerships (London)
|
21 | Ics Operations (London)
|
22 | Id Medical Group (Milton Keynes)
|
23 | Intersource Medical Services (Milton Keynes)
|
24 | Key Performance International Healthcare (Milton Keynes)
|
25 | Medacs Healthcare (London)
|
26 | Mediservices Healthcare (Redditch)
|
27 | Medsurg Elective Care (Camberley)
|
28 | Modality (Wolverhampton)
|
29 | Myheartcare (Newcastle upon Tyne)
|
30 | Mylocum (Ilford)
|
31 | Portland Clinical (Sheffield)
|
32 | Primary Eyecare Services (Manchester)
|
33 | Sah Diagnostics (London)
|
34 | Sanus Cor (London)
|
35 | SHS Partners Surgical (Bury)
|
36 | Sirona Medical (Sawbridgeworth)
|
37 | Skyline Hospitals (Birmingham)
|
38 | Spire Healthcare (London)
|
39 | Sussex Community Dermatology Service (Brighton)
|
40 | Thrive Health Hubs (Upminster)
|
41 | Elective Services (London)
|
42 | Friends Medical Service (Belfast)
|
CPV Codes
- 85100000 - Health services
- 85111100 - Surgical hospital services
- 85111200 - Medical hospital services
- 85111300 - Gynaecological hospital services
- 85111320 - Obstetrical hospital services
- 85111400 - Rehabilitation hospital services
- 85111500 - Psychiatric hospital services
- 85112200 - Outpatient care services
- 85121200 - Medical specialist services
- 85121210 - Gyneacologic or obstetric services
- 85121220 - Nephrology or nervous system specialist services
- 85121230 - Cardiology services or pulmonary specialists services
- 85121231 - Cardiology services
- 85121232 - Pulmonary specialists services
- 85121240 - ENT or audiologist services
- 85121250 - Gastroenterologist and geriatric services
- 85121251 - Gastroenterologist services
- 85121252 - Geriatric services
- 85121270 - Psychiatrist or psychologist services
- 85121280 - Ophthalmologist, dermatology or orthopedics services
- 85121281 - Ophthalmologist services
- 85121282 - Dermatology services
- 85121283 - Orthopaedic services
- 85121290 - Paediatric or urologist services
- 85121291 - Paediatric services
- 85121292 - Urologist services
- 85121300 - Surgical specialist services
Indicators
Legal Justification
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and The Procurement Regulations 2024 do not apply to this award.
Other Information
This notice is an intention to conclude a framework agreement using the competitive process. The approximate lifetime value of the framework agreement is £100000000 but no commitment to award a Call-off Contract is implied or given. … The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025. … The Procurement Regulations 2024 do not apply to this award. … Written representations should be sent to: info@coch-cps.co.uk Representations by providers must be made to the Framework Host by midnight at the end of 22 August 2025 … The decision was proposed by a Senior Commercial Specialist at Countess of Chester Hospital NHS Foundation Trust, and approved by the Commercial Procurement Manager and the Director of Commercial Procurement Services for Countess of Chester Hospital NHS Foundation Trust. No conflicts of interest were detected or declared during the procurement process. The relative importance of the key criteria that the relevant authority used to make a decision are set out in this notice. Each of the 5 Key Criteria elements were weighted in consideration of the subject-matter and with a view to securing the needs of the people who use the services, improving the quality of the services, and improving the efficiency of in the provision of the services. The chosen providers met the selection criteria, passed the PASS/FAIL Key Criteria and met or exceeded the published required minimum total score of 60% across the remaining Key Criteria for award to the Framework Agreement.
Reference
- FTS 048102-2025