Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
East of England NHS collaborative Procurement Hub
West Suffolk NHS Foundation Trust
Victoria House, Camlife, Cambridge Road, Fulbourn
Cambridge
CB215XA
UK
Contact person: Corporate Services
E-mail: corporate.services@eoecph.nhs.uk
NUTS: UKH12
Internet address(es)
Main address: https://www.eoecph.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
Clinical Diagnosis and Treatment
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The purpose of this framework is for the provision of Clinical Diagnosis & Treatment services that fall under the Lots listed in the ITT.
Services offered under this framework will meet the highest industry standards and support Beneficiaries with the current and future day-to-day activities in respect of the requirements.
The intention is to offer an accessible and compliant route to market for organisations to easily manage multiple services, assisting Beneficiaries in the management of waiting list within services to meet NHS targets.
The framework will be comprised of 9 lots:
• Lot 1 - Dermatology
• Lot 2 - Oral and Maxillofacial surgery
• Lot 3 - Audiology
• Lot 4 - Ophthalmology
• Lot 5 - ENT (Ear, Nose & Throat)
• Lot 6 - Gastroenterology
• Lot 7 - Urology
• Lot 8 - Endoscopy
• Lot 9 - Managed Services
The term of the framework will be 3 years plus an optional one year extension. This framework is being run under the Provider Selection Regime.
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessible by Authorities in Wales, Scotland and Northern Ireland.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
18 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1 - Dermatology
II.2.2) Additional CPV code(s)
85121282
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This lot is for dermatology services for the diagnosis, treatment, and management of skin conditions. This may include but is not limited to, management of skin cancers, inflammatory skin diseases, minor surgical procedures and rare dermatological disorders.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
Lot No: 2
II.2.1) Title
Lot 2 - Oral and Maxillofacial Surgery (OMFS)
II.2.2) Additional CPV code(s)
85130000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This lot is for the provision of OMFS services including but not limited to, patient consultations, examinations, surgical procedures and diagnostic tests and orthodontic/dental treatment, both routine and complex.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
Lot No: 3
II.2.1) Title
Lot 3 - Audiology
II.2.2) Additional CPV code(s)
85121240
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This lot is for a range of services covered by Audiology, including but not limited to, hearing screening & tests, balance assessments, tinnitus management and assistive listening device access.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
Lot No: 4
II.2.1) Title
Lot 4 - Ophthalmology
II.2.2) Additional CPV code(s)
85121281
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This lot is for the provision of core ophthalmology services that include but are not limited to, cataract surgeries, glaucoma treatment, age-related macular degeneration (AMD) and diabetic eye conditions.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
Lot No: 5
II.2.1) Title
Lot 5 - Ear, Nose & Throat (ENT)
II.2.2) Additional CPV code(s)
85121240
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This lot is for a range of services covered by Ear, Nose & Throat (ENT), including but not limited to, otology, rhinology and laryngology and their associated treatments. This should include but not be limited to, consultations, examinations and a range of surgical procedures.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
Lot No: 6
II.2.1) Title
Lot 6 - Gastroenterology
II.2.2) Additional CPV code(s)
85121251
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This Lot is for services that are covered by gastroenterology and their associated treatments, including but not limited to endoscopy procedures, liver disease, irritable bowel syndrome (IBS) and assessment of digestive conditions. This may include ongoing management of conditions.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
Lot No: 7
II.2.1) Title
Lot 7 - Urology
II.2.2) Additional CPV code(s)
85121292
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This lot is for the provision of procedures. including consultations, examinations and diagnostic tests, that fall under Urology. This includes but is not limited to, prostate assessments and biopsies, incontinence, stone surgery and urodynamics.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
Lot No: 8
II.2.1) Title
Lot 8 - Endoscopy
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
This lot is for the provision of procedures. including consultations, examinations and diagnostic tests, that fall under Endoscopy. This includes but is not limited to, colonoscopy, gastroscopy, bronchoscopy, flexible sigmoidoscopy and endoscopic ultrasounds.
II.2.5) Award criteria
Quality criterion: 5 Key Criteria
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
Lot No: 9
II.2.1) Title
Lot 9 - Managed Services
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
II.2.4) Description of the procurement
Lot 9 is a locked Lot and will not be evaluated. It is intended that the inclusion of this Lot will only be available to providers that are awarded to one or more of the other Lots.
All providers awarded to the framework, where they have indicated they wish to provide services against this locked Lot will be awarded irrespective of the total number of Providers awarded to the framework.
Providers awarded to Lot 9 may opt to offer an end-to-end managed service, which may include but is not limited to:
• Triaging
• Workflows
• end to end systems
• data collation / data reporting, and service intelligence metrics
• Training
• Managed Service
• Quality Assurance and Reporting
• Consultancy
For relevant authorities to call-off from this lot, a further competition must be carried out to ensure bespoke requirements are fulfilled and to assess value for money.
Please note: for this Lot to be compliant under PSR, the majority of any contracts awarded must comprise of an in-scope health services (Services detailed under Lots 1-8) and that the out-of-scope goods or services could not be covered in a separate contract.
II.2.5) Award criteria
Cost criterion: Not Weighted
/ Weighting: 0
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend for a further 12 months
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
The framework award criteria are specified in the procurement documents.
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. As per the guidance set out by NHSE, the Procedure type has been set to 'Award of the contract without prior publication of a call for competition'.
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 000-055693
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
18 Week Support Limited
11880370
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Carepro Ltd
03793293
Essex
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Community Health & Eyecare Ltd
07296068
Preston
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Concept Care Solutions
04335280
Watford
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Eagle Eyecare
9692397
Sheffield
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Elective Services Ltd
11208789
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Evolutio Care Innovations Limited
08099238
Reading
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Healthcare Central London
12573258
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ICS Operations Limited (Xyla)
04793945
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ID Medical Group Limited
03829536
Milton Keynes
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
InHealth Ltd
05190234
Buckinghamshire
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Mediscan Diagnostic Services
08320405
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Modality LPP
OC422179
Wolverhampton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Newmedical Systems Limited
06211226
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Norfolk Primary Care
10714447
Norwich
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Omnes Healthcare
07751362
Manchester
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Optegra UK Limited
05846041
London
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Practice Plus Group
03462881
Reading
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Primary Eyecare Services
06722353
Manchester
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
SpaMedica
06644293
Bolton
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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
08/12/2025
V.2.2) Information about tenders
Number of tenders received: 21
Number of tenders received from SMEs: 12
Number of tenders received by electronic means: 21
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Sussex Community Dermatology Services Ltd
06733725
Brighton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 18 000 000.00
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 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 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 18th December 2025. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR.
Any written representations should be sent to corporate.services@eoecph.nhs.uk.
The decision was made by the Corporate, Clinical and Regulation team at East of England NHS Collaborative Procurement Hub (EOECPH) in November 2025.
There were no conflicts of interest identified.
The decision to award this framework agreement and is in line with the competitive process and the evaluation was based against the five required key criteria as follows:
• Quality and Innovation - Assured - EOECPH are assured that the providers will be delivering a safe and effective service as required by the specification and the framework agreement.
• Value - Assured - EOECPH are assured that the providers will be delivering value against the framework agreement to contracting authorities that wish to call-off against the framework.
• Integration, Collaboration and Service Sustainability - Assured -EOECPH are assured that the providers will positively impact against the service specification as laid out in the tender documents.
• Improving Access, Reducing Health Inequalities and Facilitating Choice - Assured - EOECPH are assured that the providers will meet needs of the population to ensure equitable access and choice as required by the specification and the framework agreement.
• Social Value - Assured - EOECPH are assured that the providers will deliver against outcome 8a: Support health and wellbeing in the contract workforce, including physical and mental health, and in line with the NHS overarching mission to 'Build a NHS fit for the future' throughout the life of the framework agreement and any resulting call-offs against the framework.
VI.4) Procedures for review
VI.4.1) Review body
East of England NHS Collaborative Procurement Hub
Cambridge
UK
VI.5) Date of dispatch of this notice
08/12/2025