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
E-mail: info@coch-cps.co.uk
NUTS: UKD63
Internet address(es)
Main address: www.coch-cps.co.uk
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 Falls Prevention, Rehabilitation and Recovery Services
Reference number: F/096/FPRRS/25/SB
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
This is a Provider Selection Regime (PSR) intention to award notice.
The relevant Tender Notice was 2025/S 000-061162 with OCID ocds-h6vhtk-05a585.
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 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 30th December 2025 to info@coch-cps.co.uk. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement 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:
Lot 1
Social Value - Pass/Fail
Value - Value Declaration - Pass/Fail
Value - Commercial Questionnaire - Pass/Fail
Quality and Innovation - 40%
Integration, collaboration, and service sustainability - 30%
Improving access, reducing health inequalities, and facilitating choice - 30%
Lot 2
Social Value - Pass/Fail
Value - Value Declaration - Pass/Fail
Value - Commercial Questionnaire - Pass/Fail
Quality and Innovation - 40%
Integration, collaboration, and service sustainability - 30%
Improving access, reducing health inequalities, and facilitating choice - 30%
Lot 3
All Tenderers who are awarded to Lot 1 and 2 of the Framework will be awarded onto Lot 3.
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.
This Framework will be formed of three Lots:
Lot 1 - Falls prevention services
Lot 2 - Post fall rehabilitation and recovery services
Lot 3 - Combination of all services
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, new Providers may be added to this Framework during the Term of the Framework. Award of a Framework Agreement does not guarantee or imply any commitment to award a Call-off Contract by any Relevant Authority.
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:
17 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Falls prevention services
II.2.2) Additional CPV code(s)
85000000
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
Falls Prevention Services are services which are delivered to prevent the chance of a fall.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Post fall rehabilitation and recovery services
II.2.2) Additional CPV code(s)
85000000
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
Post fall rehabilitation and recovery services.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Combination of all services
II.2.2) Additional CPV code(s)
85000000
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
All Tenderers who are awarded to Lot 1 and 2 of the Framework will be awarded onto Lot 3.
II.2.5) Award criteria
Price
II.2.11) Information about options
Options:
Yes
Description of options:
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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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 000-061162
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Everyone Health Ltd
04215584
Hinckley
UK
NUTS: UKF2
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
17 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
HOMELINK HEALTHCARE LIMITED
09767951
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
17 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ICAREIMOVE LIMITED
10974759
Fareham
UK
NUTS: UKJ3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
17 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Pure Physiotherapy
05895719
Bolton
UK
NUTS: UKD3
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
17 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/12/2025
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
THRIVE TRIBE LIMITED
06763541
London
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
.01
GBP
/ Highest offer:
17 000 000.00
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 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 30th 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. 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 65% across the remaining Key Criteria for award to the Framework Agreement.
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 30th December 2025.
VI.5) Date of dispatch of this notice
15/12/2025