Tender

Clinical Diagnosis and Treatment

  • East Of England NHS Collaborative Hub c/o West Suffolk NHS Foundation Trust

F02: Contract notice

Notice identifier: 2025/S 000-055693

Procurement identifier (OCID): ocds-h6vhtk-04e287 (view related notices)

Published 11 September 2025, 10:30am



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

Email

corporate.services@eoecph.nhs.uk

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.eoecph.nhs.uk

Buyer's address

https://www.eoecph.nhs.uk

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