Section one: Contracting authority
one.1) Name and addresses
NHS Mid and South Essex Integrated Care Board
Basildon
SL9 7QE
Contact
Amy Wilson
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
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
england.procurementpanelinfo@nhs.net
Country
United Kingdom