Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Clinical Diagnosis and Treatment

  • First published: 09 December 2025
  • Last modified: 09 December 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04e287
Published by:
East Of England NHS Collaborative Procurement Hub
Authority ID:
AA81344
Publication date:
09 December 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85130000 Dental practice and related services Health services
85121282 Dermatology services Medical practice services
85121240 ENT or audiologist services Medical practice services
85121251 Gastroenterologist services Medical practice services
85100000 Health services Health and social work services
85121281 Ophthalmologist services Medical practice services
85121292 Urologist services Medical practice services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
corporate.services@eoecph.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.