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 Insourced and Outsourced Clinical Services Framework (Framework Reopening)

  • First published: 24 October 2025
  • Last modified: 24 October 2025
  • 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-0597a6
Published by:
Countess of Chester Hospital NHS Foundation Trust
Authority ID:
AA20287
Publication date:
24 October 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 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.

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

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 5 November 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 5 November 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 5 November 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 5 November 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

Lot No: 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

23/10/2025

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

DMC Healthcare Ltd.

6745192

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

Lot No: Lot 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/10/2025

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Secure Healthcare Ltd

9742364

Wolverhampton

UK

NUTS: UKG39

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 5 November 2025.

VI.5) Date of dispatch of this notice

23/10/2025

Coding

Commodity categories

ID Title Parent category
85121231 Cardiology services Medical practice services
85121230 Cardiology services or pulmonary specialists services Medical practice services
85121282 Dermatology services Medical practice services
85121240 ENT or audiologist services Medical practice services
85121250 Gastroenterologist and geriatric services Medical practice services
85121251 Gastroenterologist services Medical practice services
85121252 Geriatric services Medical practice services
85111300 Gynaecological hospital services Hospital services
85121210 Gyneacologic or obstetric services Medical practice services
85111000 Hospital services Hospital and related services
85111200 Medical hospital services Hospital services
85121200 Medical specialist services Medical practice services
85121220 Nephrology or nervous system specialist services Medical practice services
85111320 Obstetrical hospital services Hospital services
85121281 Ophthalmologist services Medical practice services
85121280 Ophthalmologist, dermatology or orthopedics services Medical practice services
85121283 Orthopaedic services Medical practice services
85112200 Outpatient care services Hospital support services
85121290 Paediatric or urologist services Medical practice services
85121291 Paediatric services Medical practice services
85111500 Psychiatric hospital services Hospital services
85121270 Psychiatrist or psychologist services Medical practice services
85121232 Pulmonary specialists services Medical practice services
85111400 Rehabilitation hospital services Hospital services
85111100 Surgical hospital services Hospital services
85121300 Surgical specialist 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:
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.