Contract notice
Section I: Contracting
authority
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: https://www.coch.nhs.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
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 Re-opening)
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
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.
This notice concerns the opening of the Framework opportunity for applications from new potential Providers.
Tenderers may Tender for one or both Lots of the Framework.
The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together the PSR) for use by 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. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006.
For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework.
For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-016528 published 23 April 2025.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
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
Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
100 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework may be renewed. If the Framework is renewed, the opportunity will be advertised in line with applicable regulations.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
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
Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
100 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework may be renewed. If the Framework is renewed, the opportunity will be advertised in line with applicable regulations.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Refer to tender documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/05/2029
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/06/2029
Local time: 10:00
Information about authorised persons and opening procedure:
The dates above refer to the latest possible date for submission of tenders. This is a Provider Selection Regime (PSR) Framework that is open to applications throughout the Term of the Framework.
Refer to the ITT Pack for details.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
This is a Provider Selection Regime (PSR) Contract 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 Procurement Act Regulations 2023 and the provisions of the Public Contracts Regulations 2015 do not apply to this award.
To apply to join this Framework, go to https://health-family.force.com/s/Welcome
Search for "Provision of Insourced and Outsourced Clinical Services PSR Framework Re-opening"
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.5) Date of dispatch of this notice
10/09/2025