Section one: Contracting authority
one.1) Name and addresses
NHS Sussex Integrated Care Board (ICB)
NHS Sussex Integrated Care Board
Worthing
BN11 1DJ
Contact
Robert Kitt
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
NHS Organisation Data Service
QNX
Internet address(es)
Main address
https://www.sussex.ics.nhs.uk/nhs-sussex/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-1928.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-1928.my.site.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS Sussex Tender for Community Musculoskeletal Service
Reference number
22.866 ITT
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Sussex ICB (covering the patient population of West Sussex, Brighton & Hove, and East Sussex) is pleased to announce the procurement of a Community Musculoskeletal Service from 1st December 2025.
NHS Sussex is seeking to procure a Community MSK service, which will form part of a fully integrated MSK service for the population of Sussex. The aim is to offer a standardised, transparent, coordinated patient pathway for all MSK patients across Sussex, which is fully aligned to the ICB system strategy 'Improving Lives'.
The service aim is to ensure patients receive a consistent experience, feel supported throughout the whole pathway and get the optimal treatment first time. The integrated service will be delivered in collaboration with Primary, Community and Secondary Care to ensure all parts of the system understand the whole pathway and the expectations of them as a contributor to integrated provision.
The key aims and objectives require the new Community MSK provider to work collaboratively with system partners to:
• Deliver a 'population-health' based approach with a greater focus on enabling best lifelong MSK health, personalised care and shared decision making, improving value, reducing health inequalities and meeting population health needs at scale.
• Address variation experienced by patients in terms of quality and outcomes and inequity in terms of access, waiting times and service provision.
• Maximising system capacity across NHS services and the independent sector whilst ensuring core services are protected and enabled to meet training requirements and productivity and efficiency standards.
• Ensure delivery of integrated care pathways that are seamless for patients.
• Support post pandemic recovery with an ambition to deliver top decile performance in terms of Getting it Right First Time (GIRFT) outcomes, productivity and equality of access measures.
• Deliver continuous innovation through maximisation of digital opportunities and transformation of pathways.
The contract period offered will be for a period of 5 years commencing 1st December 2024. The Commissioners at their sole discretion, will have an option to extend for a further 2 years (5+2). A standard NHS contract will be used for this service.
The contracts will be divided into two Lots:
Lot 1) East Sussex - Maximum Annual Contract Value £11,200,000 (£85,400,000 over 7 years). Bidders must have a minimum annual turnover of £12.2m to be eligible for award of this contract.
Lot 2) West Sussex / Brighton & Hove - Maximum Annual Contract Value £27,300,000 (£191,100,000 over 7 years). Bidders must have a minimum annual turnover of £27.3m to be eligible for award of this contract.
In addition Providers should be appropriately CQC registered.
The deadline for receipt of tenders is 12pm on 13th November 2023.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
Please search for the project 'Musculoskeletal Services to NHS Sussex' or Contract Reference 'C213472'.
two.1.5) Estimated total value
Value excluding VAT: £276,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
East Sussex
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The service supports all patients registered with GP Practices in East Sussex.
***NB: This service does not include Surrey as listed in the UKJ2 description.***
two.2.4) Description of the procurement
NHS Sussex is seeking to procure a Community MSK service, which will form part of a fully integrated MSK service for the population of Sussex. The aim is to offer a standardised, transparent, coordinated patient pathway for all MSK patients across Sussex, which is fully aligned to the ICB's system strategy 'Improving Lives'.
The service aim is to ensure patients receive a consistent experience, feel supported throughout the whole pathway and get the optimal treatment first time. The integrated service will be delivered in collaboration with Primary, Community and Secondary Care to ensure all parts of the system understand the whole pathway and the expectations of them as a contributor to integrated provision.
The key aims and objectives require the new Community MSK provider to work collaboratively with system partners to:
• Deliver a 'population-health' based approach with a greater focus on enabling best lifelong MSK health, personalised care and shared decision making, improving value, reducing health inequalities and meeting population health needs at scale.
• Address variation experienced by patients in terms of quality and outcomes and inequity in terms of access, waiting times and service provision.
• Maximising system capacity across NHS services and the independent sector whilst ensuring core services are protected and enabled to meet training requirements and productivity and efficiency standards.
• Ensure delivery of integrated care pathways that are seamless for patients.
• Support post pandemic recovery with an ambition to deliver top decile performance in terms of Getting it Right First Time (GIRFT) outcomes, productivity and equality of access measures.
• Deliver continuous innovation through maximisation of digital opportunities and transformation of pathways.
The contract period offered will be for a period of 5 years commencing 1st December 2024. The Commissioners at their sole discretion, will have an option to extend for a further 2 years (5+2). A standard NHS contract will be used for this service.
The contracts will be divided into two Lots:
Lot 1) East Sussex - Maximum Annual Contract Value £11,200,000 (£85,400,000 over 7 years). Bidders must have a minimum annual turnover of £12.2m to be eligible for award of this contract.
In addition Providers should be appropriately CQC registered.
In addition Providers should be appropriately CQC registered.
The deadline for receipt of tenders is 12:00 pm on 13th November 2023.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
Please search for the project 'Musculoskeletal Services to NHS Sussex' or Contract Reference 'C213472'.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £85,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Primary period of 5 years with an additional 2 year extension period at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
West Sussex / Brighton & Hove
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
Main site or place of performance
The service supports all patients registered with GP Practices in West Sussex and Brighton & Hove.
***NB: This service does not include Surrey as listed in the UKJ2 description.***
two.2.4) Description of the procurement
NHS Sussex is seeking to procure a Community MSK service, which will form part of a fully integrated MSK service for the population of Sussex. The aim is to offer a standardised, transparent, coordinated patient pathway for all MSK patients across Sussex, which is fully aligned to our system strategy 'Improving Lives'.
The service aim is to ensure patients receive a consistent experience, feel supported throughout the whole pathway and get the optimal treatment first time. The integrated service will be delivered in collaboration with Primary, Community and Secondary Care to ensure all parts of the system understand the whole pathway and the expectations of them as a contributor to integrated provision.
The key aims and objectives require the new Community MSK provider to work collaboratively with system partners to:
• Deliver a 'population-health' based approach with a greater focus on enabling best lifelong MSK health, personalised care and shared decision making, improving value, reducing health inequalities and meeting population health needs at scale.
• Address variation experienced by patients in terms of quality and outcomes and inequity in terms of access, waiting times and service provision.
• Maximising system capacity across NHS services and the independent sector whilst ensuring core services are protected and enabled to meet training requirements and productivity and efficiency standards.
• Ensure delivery of integrated care pathways that are seamless for patients.
• Support post pandemic recovery with an ambition to deliver top decile performance in terms of Getting it Right First Time (GIRFT) outcomes, productivity and equality of access measures.
• Deliver continuous innovation through maximisation of digital opportunities and transformation of pathways.
The contract period offered will be for a period of 5 years commencing 1st December 2024. The Commissioners at their sole discretion, will have an option to extend for a further 2 years (5+2). A standard NHS contract will be used for this service.
The contracts will be divided into two Lots:
Lot 2) West Sussex / Brighton & Hove - Maximum Annual Contract Value £27,300,000 (£191,100,000 over 7 years). Bidders must have a minimum annual turnover of £27.3m to be eligible for award of this contract.
In addition Providers should be appropriately CQC registered.
In order to facilitate joint bids, partnerships and subcontracting arrangements, the Commissioners will be maintaining a Provider Information directory for the duration of the tender preparation window. This is designed to assist Providers of all sizes and from all market segments (e.g. SMEs and VCSEs) to actively collaborate and participate in providing this service.
In addition Providers should be appropriately CQC registered.
In order to facilitate joint bids, partnerships and subcontracting arrangements, the Commissioners will be maintaining a Provider Information directory for the duration of the tender preparation window. This is designed to assist Providers of all sizes and from all market segments (e.g. SMEs and VCSEs) to actively collaborate and participate in providing this service.
The deadline for receipt of tenders is 12:00 pm on 13th November 2023.
This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.
Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome
Please search for the project 'Musculoskeletal Services to NHS Sussex' or Contract Reference 'C213472'.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £191,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
Primary period of 5 years with an additional 2 year extension period at the sole discretion of the Commissioner.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Appropriate CQC registration
three.1.2) Economic and financial standing
List and brief description of selection criteria
To be eligible for award for this contract, bidders are required to have a minimum annual turnover:
Lot 1. £12.2 million
Lot 2. £27.3 million
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 November 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 November 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 01/12/2029
six.3) Additional information
The procurement of this service listed in Schedule 3 of the Regulations is not subject to the full regime of the Regulations, but is instead governed by the 'Light Touch Regime' contained within Chapter 3, Section 7 of the Regulations (Regulations 74 to 77).
The procurement will as per the following process:
Stage 1) Selection Questionnaire and Outline Proposal (Assessed but not scored) followed by a dialogue with each Bidder.
Stage 2) Final Proposal (Evaluated and scored).
Bidders will be required to confirm that their proposal will remain within the maximum financial envelope as details in the Lot values provided.
Please see link to previous RFI Notice: https://www.find-tender.service.gov.uk/Notice/023312-2022?origin=SearchResults&p=1#contracting_authority-heading
Full details can be found in the Invitation to Tender document.
six.4) Procedures for review
six.4.1) Review body
NHS Improvement
London
Country
United Kingdom