Section one: Contracting authority
one.1) Name and addresses
COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
Liverpool Road
Chester
CH21UL
Country
United Kingdom
Region code
UKD63 - Cheshire West and Chester
NHS Organisation Data Service
RJR
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 Insourced and Outsourced Clinical Services Framework (Framework Re-opening)
Reference number
F/098/CS/25/IB
two.1.2) Main CPV code
- 85111000 - Hospital services
two.1.3) Type of contract
Services
two.1.4) Short description
This is a Provider Selection Regime (PSR) intention to award notice.
The aim of this Framework is to provide Relevant Authorities with fully compliant solutions which supplement the delivery of patient care by Relevant Authorities in line with the NHS' core Key Performance Indicators and standards.
The Framework has two Lots.
Lot 1 Insourced Clinical Services
Lot 2 Outsourced Clinical Services
Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment.
Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider.
Insourced and Outsourced Services will include the full range of Surgical and Medical specialties and sub-specialties. The specialties and sub-specialties are those listed by the various Surgical and Medical Royal Colleges.
This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025
In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply.
Further 'Intention to Award' notices will be published as and when new Providers are appointed.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £0.01 / Highest offer: £100,000,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 85111100 - Surgical hospital services
- 85111200 - Medical hospital services
- 85111300 - Gynaecological hospital services
- 85111320 - Obstetrical hospital services
- 85111400 - Rehabilitation hospital services
- 85111500 - Psychiatric hospital services
- 85112200 - Outpatient care services
- 85121200 - Medical specialist services
- 85121210 - Gyneacologic or obstetric services
- 85121220 - Nephrology or nervous system specialist services
- 85121230 - Cardiology services or pulmonary specialists services
- 85121231 - Cardiology services
- 85121232 - Pulmonary specialists services
- 85121240 - ENT or audiologist services
- 85121250 - Gastroenterologist and geriatric services
- 85121251 - Gastroenterologist services
- 85121252 - Geriatric services
- 85121270 - Psychiatrist or psychologist services
- 85121280 - Ophthalmologist, dermatology or orthopedics services
- 85121281 - Ophthalmologist services
- 85121282 - Dermatology services
- 85121283 - Orthopaedic services
- 85121290 - Paediatric or urologist services
- 85121291 - Paediatric services
- 85121292 - Urologist services
- 85121300 - Surgical specialist services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
two.2.4) Description of the procurement
This is a Provider Selection Regime (PSR) intention to award notice under Lot 2 (Outsourced Clinical Services) of the Framework.
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 and The Procurement Regulations 2024 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
at the end of 22 August 2025 to info@coch-cps.co.uk. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR.
The award decision makers were two Senior Commercial Procurement Specialists, the Commercial Procurement Manager and the Director of Commercial Procurement Services.
The Key Criteria were:
Lot 2
• Social Value Pass/Fail
• Value - Value Declaration Pass/Fail
• Value - Commercial Questionnaire Pass/Fail
• Quality and Innovation - Service quality 25%
• Quality and Innovation - Patient experience & patient safety 25%
• Integration, collaboration, and service sustainability - Integration & collaboration 15%
• Integration, collaboration, and service sustainability - Increasing capacity 15%
• Integration, collaboration, and service sustainability - Service mobilisation 10%
• Improving access, reducing health inequalities, and facilitating choice - Meeting patient needs and preferences 5%
• Improving access, reducing health inequalities, and facilitating choice - Communication with patients and contracting Relevant Authorities 5%
The framework will be available to all Relevant Authorities (and any future successors to these organisations).
"Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006.
The aim of this Framework is to provide Relevant Authorities with fully compliant solutions which supplement the delivery of patient care by Relevant Authorities in line with the NHS' core Key Performance Indicators and standards.
The Framework has two Lots.
Lot 1 Insourced Clinical Services
Lot 2 Outsourced Clinical Services
Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment.
Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider.
Insourced and Outsourced Services will include the full range of Surgical and Medical specialties and sub-specialties. The specialties and sub-specialties are those listed by the various Surgical and Medical Royal Colleges.
This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025
In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply.
Further 'Intention to Award' notices will be published as and when new Providers are appointed.
Award of a Framework Agreement does not guarantee or imply any commitment to award a Call-off Contract by any Relevant Authority.
two.2.5) Award criteria
Cost criterion - Name: Value / Weighting: Pass/Fail
two.2.11) Information about options
Options: No
two.2.14) Additional information
This notice is an intention to conclude a framework agreement using the competitive process.
The approximate lifetime value of the framework agreement is £100000000 but no commitment to award a Call-off Contract is implied or given.
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and The Procurement Regulations 2024 do not apply to this award. The standstill period begins on the day after the publication of this notice. Written representations should be sent to: info@coch-cps.co.uk Representations by providers must be made to the Framework Host by midnight at the end of 24 September 2025
This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR.
The decision was proposed by a Senior Commercial Specialist at Countess of Chester Hospital NHS Foundation Trust, and approved by the Commercial Procurement Manager and the Director of Commercial Procurement Services for Countess of Chester Hospital NHS Foundation Trust.
No conflicts of interest were detected or declared during the procurement process.
The relative importance of the key criteria that the relevant authority used to make a decision are set out in this notice. Each of the 5 Key Criteria elements were weighted in consideration of the subject-matter and with a view to securing the needs of the people who use the services, improving the quality of the services, and improving the efficiency of in the provision of the services.
The chosen provider met the selection criteria, passed the PASS/FAIL Key Criteria and met or exceeded the published required minimum total score of 60% across the remaining
Key Criteria for award to the Framework Agreement.
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
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 000-055433
Section five. Award of contract
Lot No
2
Title
Outsourced Clinical Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 September 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
MediServices Healthcare Ltd
Redditch
Country
United Kingdom
NUTS code
- UKG - West Midlands (England)
Companies House
09151817
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £100,000,000
Lowest offer: £0.01 / Highest offer: £100,000,000 taken into consideration
Section six. Complementary information
six.3) Additional information
The approximate lifetime value of the entire framework is £100000000 but no commitment to award a Call-off Contract is implied or given.
six.4) Procedures for review
six.4.1) Review body
Countess of Chester Hospital NHS Foundation Trust
Chester
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Representations by providers must be made to the Framework Host by midnight at the end of 24 September 2025.