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

Provision of Falls Prevention, Rehabilitation and Recovery Services

  • First published: 16 December 2025
  • Last modified: 16 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:
Published by:
Countess of Chester Hospital NHS Foundation Trust
Authority ID:
AA20287
Publication date:
16 December 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other 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:
info@coch-cps.co.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.