Provision of Community Dermatology Service
A Contract Award Notice
by NHS GREATER MANCHESTER INTEGRATED CARE BOARD
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- not specified
- Value
- £6M-£14M
- Sector
- HEALTH
- Published
- 12 Aug 2025
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
Manchester
2 buyers
- NHS Greater Manchester Integrated Care Board Manchester
1 supplier
- About Health Derbyshire
Description
This is a Community Tier 3 Dermatology Service. This service aims to address the specific healthcare needs of patients who require access to dermatology services where the service is delivered across the Greater Manchester conurbation. The Specification contains the requirements to ensure the delivery of a local, effective, integrated patient centred service in line with the GM strategic aim to deliver increased quality of care closer to patient's homes. The term of the contract will be for a duration of 3 years, which is intended to run from approx. August 2025 (contract start date to be agreed) until approx. July 2028 with the possibility of contract extensions of up to a total of further 2 years. • Lot 1 - Stockport & Tameside - The indicative Lot 1 contract value is estimated to be £3,461,844 for the 3 years of contract and £2,307,896 for the two-year extension. • Lot 2 - Manchester & Trafford - The indicative Lot 2 contract value is estimated to be £8,639,904 for the 3 years of contract and £ 5,759,936 for the two-year extension. • Lot 3 - Bury & Salford - The indicative Lot 3 contract value is estimated to be £3,291,684 for the 3 years of contract and £2,194,456 for the two-year extension. • Lot 4 - Bolton & Wigan - The indicative Lot 4 contract value is estimated to be £5,116,788 for the 3 years of contract and £3,411,192 for the two-year extension. • Lot 5 - Oldham & Rochdale - The indicative Lot 5 contract value is estimated to be £6,084,828 for the 3 years of contract and £ 4,056,552 for the two-year extension. The term of the contract will be for a duration of 3 years, which is intended to run from the expected services commencement date of approx. August 2025 (contract start date to be agreed) until approx. July 2028 with the possibility of contract extensions of up to a total of 2 years. The anticipated, maximum total GM contract value (including any potential extensions) is £44,325,080. The indicative overall total contract value is made of £26,595,048 for the 3 years of contract and £17,730,032 for the two-year extension. The tariff values will be uplifted annually in line with national guidance. The Contract to be established between the Relevant Authority and the Recommended Bidder(s) is expected to involve fixed local tariffs invoiced monthly in arrears, based on the actual activity. The contract is an activity-based contract funded via a local tariff arrangement and there will be no minimum activity level guaranteed. This is a Provider Selection Regime (PSR) competitive process (ran as an open process) intention to award notice, this notice serves as an intention to award under the PSR.
Lot Division
1 | Stockport & Tameside The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Stockport or Tameside localities or resident in the same localities. Award Criteria
| ||||||
2 | Manchester & Trafford The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Manchester & Trafford localities or resident in the same localities. Award Criteria
| ||||||
3 | Bury & Salford The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Bury & Salford localities or resident in the same localities. Award Criteria
| ||||||
4 | Bolton & Wigan The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Bolton & Wigan localities or resident in the same localities. Award Criteria
| ||||||
5 | Oldham & Rochdale The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Oldham & Rochdale localities or resident in the same localities. Award Criteria
|
Award Detail
1 | About Health (Derbyshire)
|
2 | About Health (Derbyshire)
|
3 | About Health (Derbyshire)
|
4 | About Health (Derbyshire)
|
5 | About Health (Derbyshire)
|
CPV Codes
- 85121282 - Dermatology services
Indicators
- Award on basis of price.
Legal Justification
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 Regulations do not apply to this award.
Other Information
This is a Provider Selection Regime (PSR) intention to award notice. This notice relates to Notice reference 2025/S 000-000324 available at https://www.find-tender.service.gov.uk/Notice/000324-2025 and 2025/S 000-001493 available at https://www.find-tender.service.gov.uk/Notice/001493-2025?origin=SearchResults 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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on the 26 August 2025. 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. Written representations should be sent to: nhsgm.procurement@nhs.net by midnight on the 26 August 2025. The chosen provider was selected due to achieving the highest scores across the key criteria used. The provider has been assessed and passed against the relevant key criteria and basic criteria. Section and Question Weightings Provider Selection Regime - Key Criteria mapping: • Quality and Innovation = Key Criteria 1 (KC 1) • Value = Key Criteria 2 (KC 2) • Integration, collaboration and service sustainability = Key Criteria 3 (KC 3) • Improving Access, reducing health inequalities and facilitating choice = Key Criteria 4 (KC 4) • Social Value = Key Criteria 5 (KC5) Generic Award Questionnaire Key Criteria: Q1 - Standard Terms and Conditions - KC 1 - Pass/Fail Q2 - NHS GM Tariff - KC 2 - Pass/Fail Q3 - Clinical oversight - KC 1 - Pass/Fail Q4 - Tier 3 Service Delivery Model - KC 1 & KC 3 - 4.00% Q5 - Mobilisation Approach - KC 3 & KC 4 - 6.00% Q6 - Business Continuity and Disaster Recovery - KC 1 & KC 3 - 4.00% Q7 - Innovation & technological developments - KC 1 & KC 3 - 4.00% Q8 - Accreditations & CQC - KC 1 - 4.00% Q9 - Clinical Governance - KC 1 - 5.00% Q10 - Quality and equality improvement - KC 1 & KC 4 - 5.00% Q11 - Clinical incidents - KC 1 & KC 3 - 5.00% Q12 - Safeguarding review - KC 1 & KC 3 - 4.00% Q13 - Transfer of Prescribing Responsibilities - KC 3 - 4.00% Q14 - Complaints and compliments policy - KC 1 & KC 3 - 4.00% Q15 - Empowering patients - KC 4 - 4.00% Q16 - Accessible digital solutions - KC 1 & KC 3 - 3.00% Q17 - Partnership and collaboration working - KC 3 - 4.00% Q18 - Transfer of patients - KC 3 & KC 4 - 4.00% Q190 - Gathering data systems - KC 1 & KC 3 - 4.00% Q20- Systems interoperability - KC 3 - 4.00% Q21 - Supply chain & Sustainability - KC 3 - 4.00% Award Questionnaire for each lot Key Criteria: Q22 - Lot(s) Bid Confirmation For information only Q23 - TUPE - For information only Q24 - Community Premises Location - KC 4 - 4.00% Q25 - Capacity and Capability - KC 1 & KC 4 - 5.00% Q26 - Local Population - KC 4 - 5.00% Q27 - Social Value - Theme 3 - KC5 - 4.00% Q28 - Social Value - Theme 2 - KC5 - 3.00% Q29 - Social Value - Theme 4 - KC5 - 3.00% Award decision-makers: Chief officers and Finance committee of Greater Manchester Integrated Care Board on behalf of NHS Greater Manchester Integrated Care Board. Conflicts of interest (CoI) were identified for four individuals. Once identified, CoI were managed by the Senior Responsible Officer with support from procurement colleagues and ICB Market Management leads, with legal advice taken, where appropriate. One conflicted individual was substantively employed by a potential bidder as a Dermatology Programme Director. This individual did not participate in the evaluation or moderation meetings. One conflicted individual was a GP clinical lead for Dermatology in one of the localities (Heywood, Middleton, Rochdale (HMR)) that was part of a potential bidder. This individual did not participate in the evaluation or moderation meetings. One conflicted individual was a GP clinical lead aligned to the Health and Care Service Review Programme Board that works from one of the localities (Salford) that was part of a potential bidder. This individual did not participate in the evaluation or moderation meetings. The fourth individual was substantively employed by a potential bidder as a Consultant Dermatologist and was initially excluded from the process in advance of ITT being published. However, as their CoI related to their employment at one of the potential bidders, this conflict was removed once the potential bidder withdrew from the bidding process. A new CoI form was completed and authorised, and this individual did participate in the evaluation and moderation meetings.
Reference
- FTS 048207-2025