Section one: Contracting authority
one.1) Name and addresses
Hull University Teaching Hospitals NHS Trust
Hull Royal Infirmary, Anlaby Road
Hull
HU3 2JZ
Contact
Neil Dodds
Telephone
+44 1723236139
Country
United Kingdom
Region code
UKE11 - Kingston upon Hull, City of
Internet address(es)
Main address
Buyer's address
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
Outsourced Provision of Multiple Clinical Services HUTH
Reference number
C400681
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
PSR MSP process for Outsourced Multiple Clinical Services HUTH
NHS Humber Health Partnership intends to follow the most suitable provider process for the provision of Multiple Clinical Services for patients in the Hull and East Riding area. The intention is to publish this notice so providers who can deliver all of these services are able to express their interest.
The Provider must provide the following clinical services:
Orthopaedic surgery
Gynaecology surgery
Neurology outpatient and some treatments
Endoscopic procedures
Breast (chest wall surgery)
Urology procedures
Cardiology Echo and Holter examinations
Spinal surgery
ENT procedures
Dermatology outpatient and minor procedures
Plastics
The provider must
Have a minimum of 2 theatres
Be able to mobilise the services and provide capacity within 2 weeks of confirmation of award
Be able a local provider to minimise transport for patients for mobility and financial reasons.
Have Fixed site diagnostics (including xray, CT and MRI)
Employ Staff locally with opportunities for apprenticeship
Be CQC registered
Provide plans to be carbon neutral by 2040
Provide modern slavery policies
Only providers who are able to provide all the appropriately qualified, experienced and skilled staff will be considered. This is a key requirement. All staff must have the suitable skills, qualifications and competencies to undertake the specified work. All staff who work under the provider must possess the appropriate qualification/certification, Enhanced Disclosure and Barring Service (DBS) check and possess prior NHS experience. All patients need to be treated in line with accepted national standards and NICE guidance.
CPV Codes
85100000-0 Health Services
85111101-1 Surgical hospital services
85111200-2 Medical hospital services
85121280-9 Ophthalmologist, dermatology or orthopaedics services
85111300-3 Gynaecological services
85121251-7 Gastroenterologist services
85121231-1 Cardiology services
85121292-6 Urologist services
85121282-3 Dermatology services
85121291-09 Paediatric services
Full specification/requirements are available in the documents that can be accessed in the Atamis e-procurement portal.
two.1.5) Estimated total value
Value excluding VAT: £1,300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKE11 - Kingston upon Hull, City of
Main site or place of performance
Close proximity to sites of Hull University Teaching Hospitals NHS Trust
two.2.4) Description of the procurement
This notice is an intention to award a contract under the Health Care Services (Provider Selection Regime) Regulations 2023 Most Suitable Provider process.
Procurement of outsourced multiple clinical services in the local community.
CPV Code: 8500000-0 Health Services
Full services specifications available via the Atamis e-procurement portal.
The contract will be for an initial term 15/12/2025 to 31/03/2026 with option to extend for 3 months.
Estimated contract value is £1,300,000.
The deadline for the submission of compliant expressions of interest is 17:00hrs on Wednesday 26th November 2025.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £1,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
15 December 2025
End date
31 March 2026
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for 3 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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 expressions of interest
Date
26 November 2025
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.3) Additional information
This is a Provider Selection Regime (PSR) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 Most Suitable Provider Process. For the avoidance of doubt, the provisions of the Procurement Act 2023 do not apply to this award.’
Decision Makers - Service Managers and Trust Board
This notice is for the intention to award a contract using the PSR Most Suitable Provider Process.
six.4) Procedures for review
six.4.1) Review body
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
internationalrelationsrudicialoffice@judiciary.uk
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
High Court and Court of Appeal of England and Wales
Strand
London
WC2A 2LL
Country
United Kingdom