Tender

Integrated Community Musculoskeletal and Pain Service

  • NHS Mid and South Essex Integrated Care Board

F02: Contract notice

Notice identifier: 2025/S 000-030412

Procurement identifier (OCID): ocds-h6vhtk-0509e4

Published 5 June 2025, 5:26pm



Section one: Contracting authority

one.1) Name and addresses

NHS Mid and South Essex Integrated Care Board

Basildon

SL9 7QE

Contact

Amy Wilson

Email

amy.wilson@attain.co.uk

Country

United Kingdom

Region code

UKH3 - Essex

National registration number

QH8

Internet address(es)

Main address

https://www.midandsouthessex.ics.nhs.uk/

Buyer's address

https://attain.bravosolution.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://attain.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://attain.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

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

Integrated Community Musculoskeletal and Pain Service

Reference number

ACE-0808-2025-MSE

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a Contract Notice communicating NHS Mid and South Essex Integrated Care Board 's commencement of a competitive process to award a public contract for provision of an Integrated Community Musculoskeletal and Pain Service (the Service), in accordance with the steps laid out in regulation 11 of the Health Care Services (Provider Selection Regime) Regulations 2023.

Estimated dates between which the service is intended to be provided: The Proposed Contract duration is five years from 1st February 2026 until 31st January 2031, with an

option to extend for a further three years beyond the initial term, until 31st January 2034.

Please see II.2.4) Description of the procurement, for further details.

two.1.5) Estimated total value

Value excluding VAT: £164,149,073

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85000000 - Health and social work services
  • 85140000 - Miscellaneous health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex
Main site or place of performance

Mid and South Essex

two.2.4) Description of the procurement

The Authority is undertaking this competitive process under the Health Care Services (Provider Selection Regime) Regulations 2023 (the Regulations) to award the Proposed Contract for the Integrated Community Musculoskeletal and Pain Service (the Service).

Working with stakeholders since 2023, the Authority has developed a new community pathway for people aged 16 years+, based on the East of England Musculoskeletal (MSK) Pathway Improvement Framework, the Best MSK high impact recommendations and adhering to the Getting It Right First Time (GIRFT) pathway. This new model of care intends to provide integration across patient pathways, including Single Point of Access (SPoA), clinical triage, physiotherapy, orthopaedics, spinal, rheumatology, pain management, surgical interventions and therapies across MSE. It will assess and treat more patients outside of acute services and deliver improved outcomes, quality and patient experience of care.

Estimated dates between which the service is intended to be provided: The Proposed Contract duration is five years from 1st February 2026 until 31st January 2031, with an option to extend for a further three years beyond the initial term, until 31st January 2034.

Approximate lifetime value of the contract: At the point of publication of this PIN, the Authority proposes a cost and volume financial model (local prices) in line with national guidance. The potential aggregate contract value (incl. extension term, growth/inflation assumptions, and potential variations) is £164,149,073 (excluding VAT). The financial envelope which will act as an affordability cap for the purposes of the competitive process will be £90,163,317 based on the initial 5-year contract term.

The Proposed Contract to be entered into by the Authority and the Preferred Bidder(s) for the Services will be based on the NHS Standard Contract 2025/26 (full-length) and all subsequent variations thereof from time to time during the contract term.

Further information can be found at VI.3 and in the Process documents available from https://attain.bravosolution.co.uk/.

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: £164,149,073

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

Start date

1 February 2026

End date

31 January 2031

This contract is subject to renewal

Yes

Description of renewals

The Proposed Contract will be for a term of sixty (60) months, with the possibility of extending the term for a period of thirty-six (36) additional months beyond the initial contracted duration by agreement between the Authority and the Bidder.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Proposed Contract will be for a term of sixty (60) months, with the possibility of extending the term for a period of thirty-six (36) additional months beyond the initial contracted duration by agreement between the Authority and the Bidder.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Please see VI.3) Additional information


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

Contained within the competitive process documentation available via https://attain.bravosolution.co.uk

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contained within the competitive process documentation available via https://attain.bravosolution.co.uk

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-020718

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

Date

28 July 2025

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

four.2.7) Conditions for opening of tenders

Date

28 July 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.

The Authority may wish to expand the Services during the lifetime of the contract (Contract modifications) in accordance with Regulation 13. To this end, Bidders should be aware that after the award of contract, there is a possibility that the successful Bidder may be offered a variation(s) to the contract in accordance with Regulation 13 and the provisions within the Contract. Details of potential modifications can be found in the Process documentation.

Disclaimer: The Authority shall not be responsible for any costs or expenses incurred by respondents to this procurement in preparing and/or submitting such responses.

To access the Process documentation, please go to the eProcurement Portal (Bravo powered by Jaggaer) at: https://attain.bravosolution.co.uk.

Click on 'Register here' and follow the on-screen instructions. You can access the ITT: itt_169 - Integrated Community Musculoskeletal and Pain Service by clicking on the link called View current opportunities on the Home Page. Please note that Tender Responses will not be accepted by any means other than through the e-Procurement Portal.

six.4) Procedures for review

six.4.1) Review body

NHS Mid and South Essex Integrated Care Board

Basildon

Email

amy.wilson@attain.co.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The standstill period requirements, including for review of decisions, are detailed in Regulations 12 and 14(3). Provision for independent expert advice is set out in Regulation 23, including how the Independent Patient Choice and Procurement Panel may provide advice during the standstill period.

Initial reviews will be undertaken by the Authority via an appropriate internal governance mechanism that has been established to deal with representations made against provider selection decisions. The Authority will follow the relevant transparency requirements for the approach they take and will keep internal records of their decision-making. Where a provider(s) requests a further review by the Independent Patient Choice and Procurement Panel, they should seek relevant advice via the contact details provided herein at VI.4.4.

six.4.4) Service from which information about the review procedure may be obtained

NHS E Independent patient choice and procurement panel

Wellington House

London

SE1 8UG

Email

england.procurementpanelinfo@nhs.net

Country

United Kingdom

Internet address

https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/