Section one: Contracting authority
one.1) Name and addresses
East Of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust
Victoria House, Camlife, Cambridge Road
Fulbourn
CB21 5XA
Contact
Corporate Services
corporate.services@eoecph.nhs.uk
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned 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
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
Clinical Diagnosis and Treatment
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of this framework is for the provision of Clinical Diagnosis & Treatment services that fall under the Lots listed in the ITT.
Services offered under this framework will meet the highest industry standards and support Beneficiaries with the current and future day-to-day activities in respect of the requirements.
The intention is to offer an accessible and compliant route to market for organisations to easily manage multiple services, assisting Beneficiaries in the management of waiting list within services to meet NHS targets.
The framework will be comprised of 9 lots:
• Lot 1 – Dermatology
• Lot 2 – Oral and Maxillofacial surgery
• Lot 3 – Audiology
• Lot 4 – Ophthalmology
• Lot 5 - ENT (Ear, Nose & Throat)
• Lot 6 – Gastroenterology
• Lot 7 – Urology
• Lot 8 – Endoscopy
• Lot 9 - Managed Services
The term of the framework will be 3 years plus an optional one year extension. This framework is being run under the Provider Selection Regime.
The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows:
• NHS England
• Integrated care boards (ICBs)
• NHS trusts and NHS foundation trusts
• Local authorities and combined authorities.
This framework is not accessible by Authorities in Wales, Scotland and Northern Ireland.
two.1.5) Estimated total value
Value excluding VAT: £18,000,000
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
Lot 1 - Dermatology
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 85121282 - Dermatology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for dermatology services for the diagnosis, treatment, and management of skin conditions. This may include but is not limited to, management of skin cancers, inflammatory skin diseases, minor surgical procedures and rare dermatological disorders.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
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) Description
two.2.1) Title
Lot 2 - Oral and Maxillofacial Surgery (OMFS)
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 85130000 - Dental practice and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of OMFS services including but not limited to, patient consultations, examinations, surgical procedures and diagnostic tests and orthodontic/dental treatment, both routine and complex.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
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) Description
two.2.1) Title
Lot 3 - Audiology
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 85121240 - ENT or audiologist services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for a range of services covered by Audiology, including but not limited to, hearing screening & tests, balance assessments, tinnitus management and assistive listening device access.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend by a further 12 months
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) Description
two.2.1) Title
Lot 4 - Ophthalmology
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 85121281 - Ophthalmologist services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of core ophthalmology services that include but are not limited to, cataract surgeries, glaucoma treatment, age-related macular degeneration (AMD) and diabetic eye conditions.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
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) Description
two.2.1) Title
Lot 5 - Ear, Nose & Throat (ENT)
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 85121240 - ENT or audiologist services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for a range of services covered by Ear, Nose & Throat (ENT), including but not limited to, otology, rhinology and laryngology and their associated treatments. This should include but not be limited to, consultations, examinations and a range of surgical procedures.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
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) Description
two.2.1) Title
Lot 6 - Gastroenterology
Lot No
Lot 6
two.2.2) Additional CPV code(s)
- 85121251 - Gastroenterologist services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Lot is for services that are covered by gastroenterology and their associated treatments, including but not limited to endoscopy procedures, liver disease, irritable bowel syndrome (IBS) and assessment of digestive conditions. This may include ongoing management of conditions.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
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) Description
two.2.1) Title
Lot 7 - Urology
Lot No
Lot 7
two.2.2) Additional CPV code(s)
- 85121292 - Urologist services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of procedures. including consultations, examinations and diagnostic tests, that fall under Urology. This includes but is not limited to, prostate assessments and biopsies, incontinence, stone surgery and urodynamics.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
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) Description
two.2.1) Title
Lot 8 - Endoscopy
Lot No
Lot 8
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This lot is for the provision of procedures. including consultations, examinations and diagnostic tests, that fall under Endoscopy. This includes but is not limited to, colonoscopy, gastroscopy, bronchoscopy, flexible sigmoidoscopy and endoscopic ultrasounds.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 12 months
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) Description
two.2.1) Title
Lot 9 - Managed Services
Lot No
All
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 9 is a locked lot and will not be evaluated separately.
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend a further 12 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-005319
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 October 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
Tender must be valid until: 31 October 2028
four.2.7) Conditions for opening of tenders
Date
9 September 2025
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this framework agreement 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
six.4) Procedures for review
six.4.1) Review body
Independent patient choice and procurement panel
Wellington House
London
SE1 8UG
Country
United Kingdom