Section one: Contracting authority
one.1) Name and addresses
University Hospitals of Leicester NHS Trust
Leicester Royal Infirmary
Leicester
LE1 6WW
Contact
Daniel Bromley
Country
United Kingdom
Region code
UKF2 - Leicestershire, Rutland and Northamptonshire
National registration number
RWE
Internet address(es)
Main address
https://www.leicestershospitals.nhs.uk/
Buyer's address
https://www.leicestershospitals.nhs.uk/
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
Insourced Services Managed Services Solution on behalf of UHL
Reference number
RM6276
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
For an Insourced Services Provider, under: Workforce Alliance RM6276 - Insourced Services to support the Provision of Healthcare Services on behalf of University Hospitals of Leicester NHS Trust
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £16,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For an Insourced Services Provider, under: Workforce Alliance RM6276 - Insourced Services to support the Provision of Healthcare Services on behalf of University Hospitals of Leicester NHS Trust
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Improving access, reducing health inequalities and facilitating choice / Weighting: 5
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 15
Quality criterion - Name: Quality and Innovation / Weighting: 30
Price - Weighting: 40
two.2.11) Information about options
Options: No
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 2021/S 000-016894
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 September 2025
five.2.2) Information about tenders
Number of tenders received: 23
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 23
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
18 Week Support Limited
2 Eastbourne Terrace
London
W2 6LG
bidsandtenders@18weeksupport.com
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
11880370
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: £16,000,000
Lowest offer: £7,195,200 / Highest offer: £15,200,000 taken into consideration
Section six. Complementary information
six.3) Additional information
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 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 10th September 2025. Representations can only be made by providers party to the framework agreement. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be made through the Atamis portal.
Award decision-makers are outlined as Clinical service leads, operational staff, procurement staff and finance staff from The University Hospitals of Leicester NHS Trust. Moderation leads and project support consists of Category procurement and Operational procurement staff from North of England Commercial Procurement collaborative. No conflicts of interest were identified amongst the evaluation, moderation and/or project group.
NB: The contract has not yet been concluded; signature will follow the standstill period in accordance with the NHS Provider Selection Regime. The Contract Concluded date is therefore the date the notice is published.
Relative importance of the key criteria that the relevant authority used to make a decision;
The authority weighted the procurement 30% Quality and Innovation (PSR Criterion 1), 40% Value (PSR criterion 2),15% Integration, collaboration and service sustainability (PSR Criterion 3), 5% Improving access, reducing health inequalities, and facilitating choice (PSR Criterion 4) and 10% Social Value (PSR Criterion 5).
Provided below is the rationale for the relative importance of the key criteria, and the rationale for choosing the provider with reference to each of the key criteria.
The authority placed importance on Quality and innovation, specifically in relation to service delivery, focusing on bidders’ capabilities to deliver the service successfully, in line with the specification and evaluating the bidders experience of delivering similar services to provide assurances to the authority.
The successful bidder scored a `good` for the first question outlined in this section (Service Delivery) as outlined in the scoring criteria. The successful bidder covered the full requirements of the question and demonstrated that they have the resources and structure in place to offer a service to the standard required by the Contracting Authority.
For the second question in this section (Case Study), the successful bidder scored an `Excellent` in line with the scoring criteria, covering all aspects of the question, offering a high level of detail and demonstrating the capability and experience in a manner which exceeded the requirements of the specification and question requirements.
Value was 40% of the weighting and focused on overall % discount from tariff, following the same model evaluated at framework level to gain the best financial outcome for the authority in the delivery of this contract.
The successful bidder scored the highest on value, providing the highest level of discount from tariff amongst all bidders.
The authority focused on Integration and collaboration, placing emphasis on how bidders are to effectively implement the service in time for contract start. The authority focused on key elements of implementation including; key tasks and objectives, resources allocation, staffing support, facilitation of handover with other providers and mitigation plans in relation to delays.
The successful bidder scored a `good` for the singular question in this section (Mobilisation) covering all aspects of the question with a level of detail that offered a strong degree of confidence that the bidder is able to mobilise to the standard required by the Contracting Authority.
For Improving access, reducing health inequalities, and facilitating choice, the authority focused on how bidders could support accessibility for services for patients, ensure flexibility of services and how bidders will support patients with additional needs throughout the patient pathway. The authority also focused on how bidders were to deal with cancellations.
The successful bidder scored a `good` for the singular question in this section (Improving Patient Access) covering the full requirements of the question and providing clear initiatives and examples to support their response in improving access for the patient and supporting the patient.
A social value theme of Tackling Economic Inequality was chosen by the authority, which focused on how bidders could commit to creating employment opportunities in the East Midlands region, throughout the duration of the contract delivery, focusing on sub-contracting, employment of local workforce and/or apprenticeships or work placements.
The successful bidder scored a `satisfactory` for the singular question in this section (Tackling Economic Inequality), broadly meeting what was expected for the criteria, with no significant areas of concern.
Overall, the successful bidder scored the highest across all bidders, considering the 5 criteria of the Provider Selection Regime 2023 as weighted by the authority.
six.4) Procedures for review
six.4.1) Review body
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")
Don Valley House, Savile Street East
Sheffield
S4 7UQ
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")
Don Valley House, Savile Street East
Sheffield
S4 7UQ
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")
Don Valley House, Savile Street East
Sheffield
S4 7UQ
Country
United Kingdom