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 Notice

Provision of Insourced Endoscopy Services YSTH

  • First published: 30 September 2025
  • Last modified: 30 September 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05a419
Published by:
York and Scarborough Teaching Hospital NHS Foundation Trust
Authority ID:
AA84152
Publication date:
30 September 2025
Deadline date:
17 October 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Using the Provider Selection Regime (PSR) Competitive Process the Trust is seeking to appoint a CQC registered Provider for the provision of Insourced Endoscopy Services for clinics to be operated at York Hospital Endoscopy Unit, Scarborough Hospital Endoscopy Unit and Bridlington Hospital Endoscopy Unit to assist in backlog clearance and reduction to patient waiting lists. <br/><br/>CPV code: 85121200-5 Medical Specialist Services<br/><br/>Proposed activity:<br/>12 endoscopy sessions per week - one procedure room with morning (09.00-13.00) and afternoon (14.00-18.00) sessions running Monday - Friday. There is also the potential for weekend working should the service require additional insourcing capacity. <br/>12 endoscopy units to be performed during each session and unit allocation is based on complexity of the procedures. <br/>• Colonoscopy - 2 units <br/>• Gastroscopy - 1 unit<br/>• Flexible Sigmoidoscopy - 1 unit<br/>• Therapeutic procedures will attract a higher points allocation.<br/>This plan is provisional, and requirements may change, including the possibility of evening and weekend endoscopy activity.<br/><br/>Staffing Required:<br/>The Provider should be able to provide consultant and clinical endoscopists with appropriate qualifications, training, accreditation and experience. <br/>Approximately half the sessions (6 per week) will also require an endoscopist to perform the required procedures. During the period of insourced endoscopy, the service will require access to endoscopists able to perform:<br/>• Colonoscopy; including chromoendoscopy and polypectomy <br/>• Flexible sigmoidoscopy<br/>• Gastroscopy; including diagnosis/treatment of oesophageal varices and Barrett’s oesophagus surveillance<br/>• Bowel cancer screening accreditation is required but not essential for all endoscopists. <br/><br/>Accreditation/Experience required:<br/>The provider must complete the JAG checklist for insourcing and provide evidence where required. Documents can be found at https://www.thejag.org.uk/JAGguidance <br/>The provider must have CQC registration for the services being provided. <br/>All endoscopists must be JAG accredited and compliant with British Society of Gastroenterology (BSG) quality and audit standards. CVs and KPIs for endoscopists will be reviewed by the Clinical Lead for Endoscopy at the Trust and must meet approval. Bowel Cancer Screening endoscopists must be accredited by the Bowel Cancer Screening Accreditation (BCSA) programme.<br/>All endoscopists must follow agreed local follow-up procedures i.e. request GI clinics and surveillance follow-up intervals as per service guidelines (based on BSG guidance, information will be provided).<br/>All endoscopists must have a minimum twelve (12) months experience of working within an endoscopy service of an acute NHS hospital setting. <br/>All registered nurses (RN’s) should be trained in both upper and lower endoscopy and have a minimum twelve (12) months NHS hospital endoscopy experience. <br/>All nurses should be competent in supporting polypectomy and chromoendoscopy procedures. <br/><br/>Proposed length of contract and estimated value:<br/>The intention is to award a contract for the 14 months from 02/02/2026 to 31/03/2027 with options to extend for 2 additional periods of 3 months each.<br/>Based on current activity levels and requirements the maximum estimated contract value is approximately £1,500,000 per 12 months, i.e. £1,750,000 for the initial 14 months and up to £2,500,000 if the full extension option is exercised.<br/>Please note, however, that there is no guarantee of any level of work under the proposed contract and there is no guaranteed minimum contract value. Activity levels and contract value will be determined in response to the circumstances at the

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

York and Scarborough Teaching Hospital NHS Foundation Trust

York Hospital, Wigginton Road

York

YO31 8HE

UK

Contact person: Neil Dodds

Telephone: +44 1723236139

E-mail: neil.dodds1@nhs.net

NUTS: UKE21

Internet address(es)

Main address: https://www.york.nhs.uk

Address of the buyer profile: https://www.york.nhs.uk

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


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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 Endoscopy Services YSTH

Reference number: C391734

II.1.2) Main CPV code

85121200

 

II.1.3) Type of contract

Services

II.1.4) Short description

Using the Provider Selection Regime (PSR) Competitive Process the Trust is seeking to appoint a CQC registered Provider for the provision of Insourced Endoscopy Services for clinics to be operated at York Hospital Endoscopy Unit, Scarborough Hospital Endoscopy Unit and Bridlington Hospital Endoscopy Unit to assist in backlog clearance and reduction to patient waiting lists. <br/><br/>CPV code: 85121200-5 Medical Specialist Services<br/><br/>Proposed activity:<br/>12 endoscopy sessions per week - one procedure room with morning (09.00-13.00) and afternoon (14.00-18.00) sessions running Monday - Friday. There is also the potential for weekend working should the service require additional insourcing capacity. <br/>12 endoscopy units to be performed during each session and unit allocation is based on complexity of the procedures. <br/>• Colonoscopy - 2 units <br/>• Gastroscopy - 1 unit<br/>• Flexible Sigmoidoscopy - 1 unit<br/>• Therapeutic procedures will attract a higher points allocation.<br/>This plan is provisional, and requirements may change, including the possibility of evening and weekend endoscopy activity.<br/><br/>Staffing Required:<br/>The Provider should be able to provide consultant and clinical endoscopists with appropriate qualifications, training, accreditation and experience. <br/>Approximately half the sessions (6 per week) will also require an endoscopist to perform the required procedures. During the period of insourced endoscopy, the service will require access to endoscopists able to perform:<br/>• Colonoscopy; including chromoendoscopy and polypectomy <br/>• Flexible sigmoidoscopy<br/>• Gastroscopy; including diagnosis/treatment of oesophageal varices and Barrett’s oesophagus surveillance<br/>• Bowel cancer screening accreditation is required but not essential for all endoscopists. <br/><br/>Accreditation/Experience required:<br/>The provider must complete the JAG checklist for insourcing and provide evidence where required. Documents can be found at https://www.thejag.org.uk/JAGguidance <br/>The provider must have CQC registration for the services being provided. <br/>All endoscopists must be JAG accredited and compliant with British Society of Gastroenterology (BSG) quality and audit standards. CVs and KPIs for endoscopists will be reviewed by the Clinical Lead for Endoscopy at the Trust and must meet approval. Bowel Cancer Screening endoscopists must be accredited by the Bowel Cancer Screening Accreditation (BCSA) programme.<br/>All endoscopists must follow agreed local follow-up procedures i.e. request GI clinics and surveillance follow-up intervals as per service guidelines (based on BSG guidance, information will be provided).<br/>All endoscopists must have a minimum twelve (12) months experience of working within an endoscopy service of an acute NHS hospital setting. <br/>All registered nurses (RN’s) should be trained in both upper and lower endoscopy and have a minimum twelve (12) months NHS hospital endoscopy experience. <br/>All nurses should be competent in supporting polypectomy and chromoendoscopy procedures. <br/><br/>Proposed length of contract and estimated value:<br/>The intention is to award a contract for the 14 months from 02/02/2026 to 31/03/2027 with options to extend for 2 additional periods of 3 months each.<br/>Based on current activity levels and requirements the maximum estimated contract value is approximately £1,500,000 per 12 months, i.e. £1,750,000 for the initial 14 months and up to £2,500,000 if the full extension option is exercised.<br/>Please note, however, that there is no guarantee of any level of work under the proposed contract and there is no guaranteed minimum contract value. Activity levels and contract value will be determined in response to the circumstances at the time and throughout the duration of the contract.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

85121200

II.2.3) Place of performance

NUTS code:

UKE21


Main site or place of performance:

Sites of York and Scarborough Teaching Hospitals NHS Foundation Trust

II.2.4) Description of the procurement

Using the Provider Selection Regime (PSR) Competitive Process the Trust is seeking to appoint a CQC registered Provider for the provision of Insourced Endoscopy Services for clinics to be operated at York Hospital Endoscopy Unit, Scarborough Hospital Endoscopy Unit and Bridlington Hospital Endoscopy Unit to assist in backlog clearance and reduction to patient waiting lists. <br/><br/>This will be a 2 stage process. Stage 1 is designed to assess the providers to arrive at a shortlist of the top 5 scoring providers. Stage 2 is for the shortlisted providers to complete remaining questions for the final selection process.<br/><br/>CPV code: 85121200-5 Medical Specialist Services

II.2.5) Award criteria

Criteria below:

Price

II.2.6) Estimated value

Value excluding VAT: 2 500 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 02/02/2026

End: 31/03/2027

This contract is subject to renewal: No

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: Yes

Description of options:

Options to extend the contract for 2 additional periods of 3 months each.

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:

The provider must complete the JAG checklist for insourcing and provide evidence where required. Documents can be found at https://www.thejag.org.uk/JAGguidance <br/>The provider must have CQC registration for the services being provided. <br/>All endoscopists must be JAG accredited and compliant with British Society of Gastroenterology (BSG) quality and audit standards.

III.2) Conditions related to the contract

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/10/2025

Local time: 18:00

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/09/2025

Local time: 16:00

Place:

Atamis e-procurement portal

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 Competitive Procedure. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.<br/><br/>To register interest in this bid, please use this link to the Atamis e-procurement portal and register/log-in as a supplier: https://atamis-1928.my.site.com/s/Welcome<br/>When logged in, search for C391734 and register your interest in this opportunity. You should then be able to access the ITT documents for full details of the requirements and how to submit your bid.

VI.4) Procedures for review

VI.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

UK

E-mail: internationalrelationsrudicialoffice@judiciary.uk

Internet address(es)

URL: https://www.judiciary.uk/

VI.4.2) Body responsible for mediation procedures

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

UK

E-mail: internationalrelationsrudicialoffice@judiciary.uk

Internet address(es)

URL: https://www.judiciary.uk/

VI.5) Date of dispatch of this notice

29/09/2025

Coding

Commodity categories

ID Title Parent category
85121200 Medical specialist 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:
neil.dodds1@nhs.net
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.