Tender

Provision of Insourced Endoscopy Services YSTH

  • York and Scarborough Teaching Hospital NHS Foundation Trust

F02: Contract notice

Notice identifier: 2025/S 000-060533

Procurement identifier (OCID): ocds-h6vhtk-05a419

Published 29 September 2025, 2:29pm



Section one: Contracting authority

one.1) Name and addresses

York and Scarborough Teaching Hospital NHS Foundation Trust

York Hospital, Wigginton Road

York

YO31 8HE

Contact

Neil Dodds

Email

neil.dodds1@nhs.net

Telephone

+44 1723236139

Country

United Kingdom

Region code

UKE21 - York

Internet address(es)

Main address

https://www.york.nhs.uk

Buyer's address

https://www.york.nhs.uk

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

Provision of Insourced Endoscopy Services YSTH

Reference number

C391734

two.1.2) Main CPV code

  • 85121200 - Medical specialist services

two.1.3) Type of contract

Services

two.1.4) Short description

Using the Provider Selection Regime (PSR) Competitive Process the Trust is seeking to appoint a CQC registered Provider for the provision of Insourced Endoscopy Services for clinics to be operated at York Hospital Endoscopy Unit, Scarborough Hospital Endoscopy Unit and Bridlington Hospital Endoscopy Unit to assist in backlog clearance and reduction to patient waiting lists.

CPV code: 85121200-5 Medical Specialist Services

Proposed activity:
12 endoscopy sessions per week - one procedure room with morning (09.00-13.00) and afternoon (14.00-18.00) sessions running Monday - Friday. There is also the potential for weekend working should the service require additional insourcing capacity.
12 endoscopy units to be performed during each session and unit allocation is based on complexity of the procedures.
• Colonoscopy - 2 units
• Gastroscopy - 1 unit
• Flexible Sigmoidoscopy - 1 unit
• Therapeutic procedures will attract a higher points allocation.
This plan is provisional, and requirements may change, including the possibility of evening and weekend endoscopy activity.

Staffing Required:
The Provider should be able to provide consultant and clinical endoscopists with appropriate qualifications, training, accreditation and experience.
Approximately half the sessions (6 per week) will also require an endoscopist to perform the required procedures. During the period of insourced endoscopy, the service will require access to endoscopists able to perform:
• Colonoscopy; including chromoendoscopy and polypectomy
• Flexible sigmoidoscopy
• Gastroscopy; including diagnosis/treatment of oesophageal varices and Barrett’s oesophagus surveillance
• Bowel cancer screening accreditation is required but not essential for all endoscopists.

Accreditation/Experience required:
The provider must complete the JAG checklist for insourcing and provide evidence where required. Documents can be found at https://www.thejag.org.uk/JAGguidance
The provider must have CQC registration for the services being provided.
All endoscopists must be JAG accredited and compliant with British Society of Gastroenterology (BSG) quality and audit standards. CVs and KPIs for endoscopists will be reviewed by the Clinical Lead for Endoscopy at the Trust and must meet approval. Bowel Cancer Screening endoscopists must be accredited by the Bowel Cancer Screening Accreditation (BCSA) programme.
All endoscopists must follow agreed local follow-up procedures i.e. request GI clinics and surveillance follow-up intervals as per service guidelines (based on BSG guidance, information will be provided).
All endoscopists must have a minimum twelve (12) months experience of working within an endoscopy service of an acute NHS hospital setting.
All registered nurses (RN’s) should be trained in both upper and lower endoscopy and have a minimum twelve (12) months NHS hospital endoscopy experience.
All nurses should be competent in supporting polypectomy and chromoendoscopy procedures.

Proposed length of contract and estimated value:
The intention is to award a contract for the 14 months from 02/02/2026 to 31/03/2027 with options to extend for 2 additional periods of 3 months each.
Based on current activity levels and requirements the maximum estimated contract value is approximately £1,500,000 per 12 months, i.e. £1,750,000 for the initial 14 months and up to £2,500,000 if the full extension option is exercised.
Please note, however, that there is no guarantee of any level of work under the proposed contract and there is no guaranteed minimum contract value. Activity levels and contract value will be determined in response to the circumstances at the time and throughout the duration of the contract.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121200 - Medical specialist services

two.2.3) Place of performance

NUTS codes
  • UKE21 - York
Main site or place of performance

Sites of York and Scarborough Teaching Hospitals NHS Foundation Trust

two.2.4) Description of the procurement

Using the Provider Selection Regime (PSR) Competitive Process the Trust is seeking to appoint a CQC registered Provider for the provision of Insourced Endoscopy Services for clinics to be operated at York Hospital Endoscopy Unit, Scarborough Hospital Endoscopy Unit and Bridlington Hospital Endoscopy Unit to assist in backlog clearance and reduction to patient waiting lists.

This will be a 2 stage process. Stage 1 is designed to assess the providers to arrive at a shortlist of the top 5 scoring providers. Stage 2 is for the shortlisted providers to complete remaining questions for the final selection process.

CPV code: 85121200-5 Medical Specialist Services

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 February 2026

End date

31 March 2027

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

Options to extend the contract for 2 additional periods of 3 months each.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The provider must complete the JAG checklist for insourcing and provide evidence where required. Documents can be found at https://www.thejag.org.uk/JAGguidance
The provider must have CQC registration for the services being provided.
All endoscopists must be JAG accredited and compliant with British Society of Gastroenterology (BSG) quality and audit standards.


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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 October 2025

Local time

6:00pm

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

29 September 2025

Local time

4:00pm

Place

Atamis e-procurement portal


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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 Competitive Procedure. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.

To register interest in this bid, please use this link to the Atamis e-procurement portal and register/log-in as a supplier: https://atamis-1928.my.site.com/s/Welcome
When logged in, search for C391734 and register your interest in this opportunity. You should then be able to access the ITT documents for full details of the requirements and how to submit your bid.

six.4) Procedures for review

six.4.1) Review body

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

internationalrelationsrudicialoffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/

six.4.2) Body responsible for mediation procedures

High Court and Court of Appeal of England and Wales

Strand

London

WC2A 2LL

Email

internationalrelationsrudicialoffice@judiciary.uk

Country

United Kingdom

Internet address

https://www.judiciary.uk/