Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
RJR
Liverpool Road
Chester
CH21UL
UK
Contact person: Ian Bailiff
E-mail: info@coch-cps.co.uk
NUTS: UKD63
Internet address(es)
Main address: https://www.coch.nhs.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Provision of Insourced and Outsourced Clinical Services Framework (Framework Reopening)
Reference number: F/098/CS/25/IB
II.1.2) Main CPV code
85111000
II.1.3) Type of contract
Services
II.1.4) Short description
This is a Provider Selection Regime (PSR) intention to award notice.
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 has 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.
This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 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, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply.
Further 'Intention to Award' notices will be published as and when new Providers are appointed.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Lowest offer:
.01
GBP/ Highest offer:
100 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 Insourced Clinical Services
II.2.2) Additional CPV code(s)
85111100
85111200
85111300
85111320
85111400
85111500
85112200
85121200
85121210
85121220
85121230
85121231
85121232
85121240
85121250
85121251
85121252
85121270
85121280
85121281
85121282
85121283
85121290
85121291
85121292
85121300
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
The awarding of framework agreements 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. 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 12 December
2025 to info@coch-cps.co.uk. Framework agreements have not yet been formally concluded; this notice serves as an intention to establish the framework agreements 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:
• 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 has 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.
This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025
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, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply.
Further 'Intention to Award' notices will be published as and when new Providers are appointed.
Award of a Framework Agreement does not guarantee or imply any commitment to award a Call-off Contract by any Relevant Authority.
II.2.5) Award criteria
Cost criterion: Value
/ Weighting: Pass/Fail
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
II.2.14) Additional information
This notice is an intention to conclude framework agreements using the competitive process.
The approximate lifetime value of the framework is £100000000 but no commitment to award a Call-off Contract is implied or given.
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of framework agreements 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. The
standstill period begins on the day after the publication of this notice. 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 12 December 2025
Framework agreements have not yet been formally concluded; this notice serves as an intention to establish the framework agreements under the PSR.
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.
Lot No: 2
II.2.1) Title
Lot 2 Outsourced Clinical Services
II.2.2) Additional CPV code(s)
85111100
85111200
85111300
85111320
85111400
85111500
85112200
85121200
85121210
85121220
85121230
85121231
85121232
85121240
85121250
85121251
85121252
85121270
85121280
85121281
85121282
85121283
85121290
85121291
85121292
85121300
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
II.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice.
The awarding of framework agreements 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. 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 12 December 2025 to info@coch-cps.co.uk. The framework agreements have not
yet been formally concluded; this notice serves as an intention to establish the framework agreements 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:
• 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 has 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.
This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 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, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply.
Further 'Intention to Award' notices will be published as and when new Providers are appointed.
Award of a Framework Agreement does not guarantee or imply any commitment to award a Call-off Contract by any Relevant Authority.
II.2.5) Award criteria
Cost criterion: Value
/ Weighting: Pass/Fail
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
II.2.14) Additional information
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the framework is £100000000 but no commitment to award a Call-off Contract is implied or given.
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. The standstill period begins on the day after the publication of this notice. 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 12 December 2025
Framework agreements have not yet been formally concluded; this notice serves as an intention to establish framework agreements under the PSR.
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.
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 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.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-055433
Section V: Award of contract
Title: Lot 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
MedicsPro Ltd
04322086
Romford
UK
NUTS: UKH3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
100 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Title: Lot 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
National Clinical Insourcing Limited
14992450
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
100 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Title: Lot 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
NeurophysCare Ltd
13928949
Solihull
UK
NUTS: UKG32
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
100 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Title: Lot 1 and Lot 2
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
New Medical Systems Ltd
6211226
Fareham
UK
NUTS: UKJ3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
100 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section V: Award of contract
Title: Lot 2
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 4
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Shire Surgical Limited
14172084
Taunton
UK
NUTS: UKK23
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
100 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The approximate lifetime value of the entire framework is £100000000 but no commitment to award a Call-off Contract is implied or given.
VI.4) Procedures for review
VI.4.1) Review body
Countess of Chester Hospital NHS Foundation Trust
Chester
UK
E-mail: info@coch-cps.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Representations by providers must be made to the Framework Host by midnight at the end of 12 December 2025.
VI.5) Date of dispatch of this notice
01/12/2025