Contract

Provision of Community Dermatology Service

  • NHS Greater Manchester Integrated Care Board

F03: Contract award notice

Notice identifier: 2025/S 000-048207

Procurement identifier (OCID): ocds-h6vhtk-058698

Published 12 August 2025, 6:07pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Manchester Integrated Care Board

Tootal Buildings, 56 Oxford Street

Manchester

M16EU

Email

nhsgm.procurement@nhs.net

Country

United Kingdom

Region code

UKD33 - Manchester

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://gmintegratedcare.org.uk/

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

Provision of Community Dermatology Service

two.1.2) Main CPV code

  • 85121282 - Dermatology services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a Community Tier 3 Dermatology Service.

This service aims to address the specific healthcare needs of patients who require access to dermatology services where the service is delivered across the Greater Manchester conurbation.

The Specification contains the requirements to ensure the delivery of a local, effective, integrated patient centred service in line with the GM strategic aim to deliver increased quality of care closer to patient's homes.

The term of the contract will be for a duration of 3 years, which is intended to run from approx. August 2025 (contract start date to be agreed) until approx. July 2028 with the possibility of contract extensions of up to a total of further 2 years.

• Lot 1 - Stockport & Tameside - The indicative Lot 1 contract value is estimated to be £3,461,844 for the 3 years of contract and £2,307,896 for the two-year extension.

• Lot 2 - Manchester & Trafford - The indicative Lot 2 contract value is estimated to be £8,639,904 for the 3 years of contract and £ 5,759,936 for the two-year extension.

• Lot 3 - Bury & Salford - The indicative Lot 3 contract value is estimated to be £3,291,684 for the 3 years of contract and £2,194,456 for the two-year extension.

• Lot 4 - Bolton & Wigan - The indicative Lot 4 contract value is estimated to be £5,116,788 for the 3 years of contract and £3,411,192 for the two-year extension.

• Lot 5 - Oldham & Rochdale - The indicative Lot 5 contract value is estimated to be £6,084,828 for the 3 years of contract and £ 4,056,552 for the two-year extension.

The term of the contract will be for a duration of 3 years, which is intended to run from the expected services commencement date of approx. August 2025 (contract start date to be agreed) until approx. July 2028 with the possibility of contract extensions of up to a total of 2 years.

The anticipated, maximum total GM contract value (including any potential extensions) is £44,325,080.

The indicative overall total contract value is made of £26,595,048 for the 3 years of contract and £17,730,032 for the two-year extension. The tariff values will be uplifted annually in line with national guidance.

The Contract to be established between the Relevant Authority and the Recommended Bidder(s) is expected to involve fixed local tariffs invoiced monthly in arrears, based on the actual activity. The contract is an activity-based contract funded via a local tariff arrangement and there will be no minimum activity level guaranteed.

This is a Provider Selection Regime (PSR) competitive process (ran as an open process) intention to award notice, this notice serves as an intention to award under the PSR.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £44,325,080

two.2) Description

two.2.1) Title

Lot 1 - Stockport & Tameside

Lot No

1

two.2.2) Additional CPV code(s)

  • 85121282 - Dermatology services

two.2.3) Place of performance

NUTS codes
  • UKD35 - Greater Manchester South East
Main site or place of performance

Stockport & Tameside

two.2.4) Description of the procurement

The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Stockport or Tameside localities or resident in the same localities.

two.2.5) Award criteria

Quality criterion - Name: Generic Award Questionnaire / Weighting: 76.00%

Quality criterion - Name: Lot 1 Award Questionnaire / Weighting: 24.00%

Price - Weighting: Pass/Fail

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 2 - Manchester & Trafford

Lot No

2

two.2.2) Additional CPV code(s)

  • 85121282 - Dermatology services

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester
Main site or place of performance

Manchester & Trafford

two.2.4) Description of the procurement

The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Manchester & Trafford localities or resident in the same localities.

two.2.5) Award criteria

Quality criterion - Name: Generic Award Questionnaire / Weighting: 76.00%

Quality criterion - Name: Lot 2 Award Questionnaire / Weighting: 24.00%

Price - Weighting: Pass/Fail

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 3 - Bury & Salford

Lot No

3

two.2.2) Additional CPV code(s)

  • 85121282 - Dermatology services

two.2.3) Place of performance

NUTS codes
  • UKD36 - Greater Manchester North West
Main site or place of performance

Bury & Salford

two.2.4) Description of the procurement

The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Bury & Salford localities or resident in the same localities.

two.2.5) Award criteria

Quality criterion - Name: Generic Award Questionnaire / Weighting: 76.00%

Quality criterion - Name: Lot 3 Award Questionnaire / Weighting: 24.00%

Price - Weighting: Pass/Fail

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 4 - Bolton & Wigan

Lot No

4

two.2.2) Additional CPV code(s)

  • 85121282 - Dermatology services

two.2.3) Place of performance

NUTS codes
  • UKD36 - Greater Manchester North West
Main site or place of performance

Bolton & Wigan

two.2.4) Description of the procurement

The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Bolton & Wigan localities or resident in the same localities.

two.2.5) Award criteria

Quality criterion - Name: Generic Award Questionnaire / Weighting: 76.00%

Quality criterion - Name: Lot 4 Award Questionnaire / Weighting: 24.00%

Price - Weighting: Pass/Fail

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Lot 5 - Oldham & Rochdale

Lot No

5

two.2.2) Additional CPV code(s)

  • 85121282 - Dermatology services

two.2.3) Place of performance

NUTS codes
  • UKD37 - Greater Manchester North East
Main site or place of performance

Oldham & Rochdale

two.2.4) Description of the procurement

The services provided under this Lot are the services described in Section II.1.4 specifically for patients registered with a GP practice located in the Oldham & Rochdale localities or resident in the same localities.

two.2.5) Award criteria

Quality criterion - Name: Generic Award Questionnaire / Weighting: 76.00%

Quality criterion - Name: Lot 5 Award Questionnaire / Weighting: 24.00%

Price - Weighting: Pass/Fail

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award 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 Procurement Act 2023 Regulations do not apply to this award.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

Lot No

1

Title

Lot 1 - Stockport & Tameside

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 July 2025

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

About Health Limited

Cardinal Square West 10 Nottingham Road Derby

Derbyshire

DE1 3QT

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £5,769,740

Total value of the contract/lot: £5,769,740


Section five. Award of contract

Lot No

2

Title

Lot 2 - Manchester & Trafford

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 July 2025

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

About Health Limited

Cardinal Square West 10 Nottingham Road Derby

Derbyshire

DE1 3QT

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £14,399,840

Total value of the contract/lot: £14,399,840


Section five. Award of contract

Lot No

3

Title

Lot 3 - Bury & Salford

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 July 2025

five.2.2) Information about tenders

Number of tenders received: 9

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

About Health Limited

Cardinal Square West 10 Nottingham Road Derby

Derbyshire

DE1 3QT

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £5,486,140

Total value of the contract/lot: £5,486,140


Section five. Award of contract

Lot No

4

Title

Lot 4 - Bolton & Wigan

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 July 2025

five.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

About Health Limited

Cardinal Square West 10 Nottingham Road Derby

Derbyshire

DE1 3QT

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £8,527,980

Total value of the contract/lot: £8,527,980


Section five. Award of contract

Lot No

5

Title

Lot 5 - Oldham & Rochdale

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 July 2025

five.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

About Health Limited

Cardinal Square West 10 Nottingham Road Derby

Derbyshire

DE1 3QT

Country

United Kingdom

NUTS code
  • UKF1 - Derbyshire and Nottinghamshire
Justification for not providing organisation identifier

Not on any register

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £10,141,380

Total value of the contract/lot: £10,141,380


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice.

This notice relates to Notice reference 2025/S 000-000324 available at https://www.find-tender.service.gov.uk/Notice/000324-2025

and 2025/S 000-001493 available at https://www.find-tender.service.gov.uk/Notice/001493-2025?origin=SearchResults

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 standstill period begins on the day after the publication of this notice. Representations by providers must be made to the relevant authority by midnight on the 26 August 2025. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.

Written representations should be sent to: nhsgm.procurement@nhs.net by midnight on the 26 August 2025.

The chosen provider was selected due to achieving the highest scores across the key criteria used. The provider has been assessed and passed against the relevant key criteria and basic criteria.

Section and Question Weightings

Provider Selection Regime - Key Criteria mapping:

• Quality and Innovation = Key Criteria 1 (KC 1)

• Value = Key Criteria 2 (KC 2)

• Integration, collaboration and service sustainability = Key Criteria 3 (KC 3)

• Improving Access, reducing health inequalities and facilitating choice = Key Criteria 4 (KC 4)

• Social Value = Key Criteria 5 (KC5)

Generic Award Questionnaire Key Criteria:

Q1 - Standard Terms and Conditions - KC 1 - Pass/Fail

Q2 - NHS GM Tariff - KC 2 - Pass/Fail

Q3 - Clinical oversight - KC 1 - Pass/Fail

Q4 - Tier 3 Service Delivery Model - KC 1 & KC 3 - 4.00%

Q5 - Mobilisation Approach - KC 3 & KC 4 - 6.00%

Q6 - Business Continuity and Disaster Recovery - KC 1 & KC 3 - 4.00%

Q7 - Innovation & technological developments - KC 1 & KC 3 - 4.00%

Q8 - Accreditations & CQC - KC 1 - 4.00%

Q9 - Clinical Governance - KC 1 - 5.00%

Q10 - Quality and equality improvement - KC 1 & KC 4 - 5.00%

Q11 - Clinical incidents - KC 1 & KC 3 - 5.00%

Q12 - Safeguarding review - KC 1 & KC 3 - 4.00%

Q13 - Transfer of Prescribing Responsibilities - KC 3 - 4.00%

Q14 - Complaints and compliments policy - KC 1 & KC 3 - 4.00%

Q15 - Empowering patients - KC 4 - 4.00%

Q16 - Accessible digital solutions - KC 1 & KC 3 - 3.00%

Q17 - Partnership and collaboration working - KC 3 - 4.00%

Q18 - Transfer of patients - KC 3 & KC 4 - 4.00%

Q190 - Gathering data systems - KC 1 & KC 3 - 4.00%

Q20- Systems interoperability - KC 3 - 4.00%

Q21 - Supply chain & Sustainability - KC 3 - 4.00%

Award Questionnaire for each lot Key Criteria:

Q22 - Lot(s) Bid Confirmation For information only

Q23 - TUPE - For information only

Q24 - Community Premises Location - KC 4 - 4.00%

Q25 - Capacity and Capability - KC 1 & KC 4 - 5.00%

Q26 - Local Population - KC 4 - 5.00%

Q27 - Social Value - Theme 3 - KC5 - 4.00%

Q28 - Social Value - Theme 2 - KC5 - 3.00%

Q29 - Social Value - Theme 4 - KC5 - 3.00%

Award decision-makers: Chief officers and Finance committee of Greater Manchester Integrated Care Board on behalf of NHS Greater Manchester Integrated Care Board.

Conflicts of interest (CoI) were identified for four individuals.

Once identified, CoI were managed by the Senior Responsible Officer with support from procurement colleagues and ICB Market Management leads, with legal advice taken, where appropriate.

One conflicted individual was substantively employed by a potential bidder as a Dermatology Programme Director. This individual did not participate in the evaluation or moderation meetings.

One conflicted individual was a GP clinical lead for Dermatology in one of the localities (Heywood, Middleton, Rochdale (HMR)) that was part of a potential bidder. This individual did not participate in the evaluation or moderation meetings.

One conflicted individual was a GP clinical lead aligned to the Health and Care Service Review Programme Board that works from one of the localities (Salford) that was part of a potential bidder. This individual did not participate in the evaluation or moderation meetings.

The fourth individual was substantively employed by a potential bidder as a Consultant Dermatologist and was initially excluded from the process in advance of ITT being published.

However, as their CoI related to their employment at one of the potential bidders, this conflict was removed once the potential bidder withdrew from the bidding process.

A new CoI form was completed and authorised, and this individual did participate in the evaluation and moderation meetings.

six.4) Procedures for review

six.4.1) Review body

NHS Greater Manchester Integrated Care Board Manchester

Manchester

Country

United Kingdom