Integrated Community Musculoskeletal and Pain Service
A Contract Award Notice
by NHS MID AND SOUTH ESSEX INTEGRATED CARE BOARD
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 5 year (est.)
- Value
- £90M-£164M
- Sector
- HEALTH
- Published
- 22 Sep 2025
- Delivery
- 01 Feb 2026 to 31 Jan 2031 (est.)
- Deadline
- n/a
Concepts
Location
Mid and South Essex
3 buyers
1 supplier
- Cora Health MSK Tyne and Wear
Description
This is a Contract Award Notice (Intention to Award) communicating NHS Mid and South Essex Integrated Care Board 's intention to award a public contract for provision of an Integrated Community Musculoskeletal and Pain Service (the Service), in accordance with the steps laid out in regulation 11 of the Health Care Services (Provider Selection Regime) Regulations 2023. Estimated dates between which the service is intended to be provided: The Proposed Contract duration is five years from 1st February 2026 until 31st January 2031, with an option to extend for a further three years beyond the initial term, until 31st January 2034.
Total Quantity or Scope
The Authority has undertaken a competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023 (the Regulations) and intends to award the Proposed Contract for a new Integrated Community Musculoskeletal and Pain Service (the Service) to the Preferred Bidder identified through the process, Cora Health MSK Limited. Working with stakeholders since 2023, the Authority has developed a new community pathway for people aged 16 years+, based on the East of England Musculoskeletal (MSK) Pathway Improvement Framework, the Best MSK high impact recommendations and adhering to the Getting It Right First Time (GIRFT) pathway. This new model of care intends to provide integration across patient pathways, including Single Point of Access (SPoA), clinical triage, physiotherapy, orthopaedics, spinal, rheumatology, pain management, surgical interventions and therapies across MSE. It will assess and treat more patients outside of acute services and deliver improved outcomes, quality and patient experience of care. … Approximate lifetime value of the contract: At the point of publication of the PIN, the Authority proposed a cost and volume financial model (local prices) in line with national guidance. The potential aggregate contract value (incl. extension term, growth/inflation assumptions, and potential variations) was £164,149,073 (excluding VAT). The financial envelope which acted as an affordability cap for the purposes of the competitive process was £90,163,317 based on the initial 5-year contract term. The Proposed Contract for the first five years has been awarded at £84,392,517.55. The Proposed Contract to be entered into by the Authority and the Preferred Bidder and a back to back version thereof with its proposed Sub-Contractor (both of which are existing providers of MSK Services in mid and south Essex), will be based on the NHS Standard Contract 2025/26 (full-length) and all subsequent variations thereof from time to time during the contract term.
Award Detail
1 | Cora Health MSK (Tyne and Wear)
|
Renewal Options
The Proposed Contract will be for a term of sixty (60) months, with the possibility of extending the term for a period of thirty-six (36) additional months beyond the initial contracted duration by agreement between the Authority and the Bidder.
Award Criteria
Technical criteria | 80.0 |
The contract award criteria are specified in the procurement documents | _ |
PRICE | 20.0 |
CPV Codes
- 85100000 - Health services
- 85140000 - Miscellaneous health services
- 85323000 - Community health services
Indicators
- Options are available.
- Award on basis of price.
Other Information
See Additional information VI.3 This is an intention to award notice for a contract that is subject to the Health Care Services (Provider Selection Regime) Regulations 23. 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 to the Authority must be made using the contact details contained herein by midnight on 2nd October. The contract will be formally awarded upon standstill conclusion. On 130325 the ICB Board (the Decision Makers) approved the commencement of a competitive process, delegating the authority for the contract award decision to the MSK Procurement Project Board. The Authority identified four actual conflicts of interest (COI) relating to individuals on the ICBs Board because of the very nature of the 'Integrated Care System'. Such individuals recused themselves of any involvement in decision making / did not receive papers. Three potential COI from the ICBs Board were identified, investigated and considered no/low risk. These individuals took part in decision making and contributed to discussions/received papers. Four board members signed a non disclosure agreement, to ensure confidentiality. Only no/low risk potential COI were identified among the MSK Project Group and / or Evaluation Panel, numbering 22 instances across 16 individuals. Additionally potential COI were identified for all three compliant bidders and some proposed sub-contractors due to these providers being incumbents delivering the existing service and having participated in the previous and abandoned Most Suitable Provider Process. The Authority has recorded and implemented effective mitigations accordingly in each instance, full details of which cannot be detailed here due to the character restrictions within this Notice, but are available to any organisation/party requesting such information from amy.wilson@attain.gov.uk. An assessment process was undertaken against the published award criteria, and in consideration of the five Key Criteria (KC), to award the Proposed Contract based on the Authority’s requirements. The total score achievable was 80% Technical and 20% Commercial. The five KC were linked to multiple tender questions which were weighted according to priority. The successful bidder (SB) submitted a compliant Tender Response, which passed all aspects of the PSQ (basic selection criteria). The SB went on to achieve the highest Weighted Technical Score (66.35%) for their Technical (Quality) Response, significantly exceeding the 48% Minimum Quality Pass Threshold. Additionally, the chosen provider scored the highest Commercial Score (20%) for their Commercial (Price) Response. The chosen provider achieved a Total Weighted Score of 86.35%, ranking 1st place and achieving the highest overall Total Score (quality & price) out of three compliant bidders. Key Criteria linked to tender questions: Service Delivery, Pathways and Transformation (9.5% weighting) - Value (V), Quality and Innovation (Q&I), Improving access, reducing health inequalities and facilitating choice (IA,RHI & FC), Integration and Collaboration and Service Sustainability (I&C&SS), Pain and Rheumatology pathways (6.4% weighting) Q&I, IA,RHI & FC, Patient Safety and Experience (8.0% weighting) Q&I, IA,RHI & FC, Patient Outcomes (8.0% weighting) Q&I, IA,RHI & FC, Financial assurance and sustainability (8.0% weighting) Q&I, V, I&C&SS, Workforce (5.6% weighting), Q&I, V, I&C&SS, Mobilisation (4.0% weighting) Q&I, V, I&C&SS, Stakeholder Collaboration (4.0% weighting) I&C&SS, Business Resilience and Service Continuity (4.0% weighting) Q&I, Digital IM&T & Reporting (8.0% weighting) Q&I, I&C&SS, IA,RHI & FC, Tackling inequality in the Contract Workforce (2.6% weighting) Social Value (SV), Improving community integration (2.6% weighting) SV, Improving health and wellbeing of the Contract Workforce (2.7% weighting) SV, Scenario 1 IA,RHI & FC, Scenario 2 IA,RHI & FC.
Reference
- FTS 058719-2025