Contract

Specialist Orthopaedic Arthroplasty Services

  • The Royal Orthopaedic Hospital NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2025/S 000-086006

Procurement identifier (OCID): ocds-h6vhtk-05fcf5 (view related notices)

Published 23 December 2025, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Orthopaedic Hospital NHS Foundation Trust

Bristol Road South

Birmingham

B31 2AP

Contact

Matthew Kelsall

Email

matthew.kelsall@uhb.nhs.uk

Country

United Kingdom

Region code

UKG3 - West Midlands

Internet address(es)

Main address

https://www.uhb.nhs.uk/

Buyer's address

https://www.uhb.nhs.uk/

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

Specialist Orthopaedic Arthroplasty Services

Reference number

PROC.01.0039A

two.1.2) Main CPV code

  • 85121283 - Orthopaedic services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of specialist Orthopaedic Arthroplasty Services

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: £1,370,880

two.2) Description

two.2.2) Additional CPV code(s)

  • 85121300 - Surgical specialist services

two.2.3) Place of performance

NUTS codes
  • UKG3 - West Midlands

two.2.4) Description of the procurement

This contract is for the provision of specialist Orthopaedic Arthroplasty Services for patients of The Royal Orthopaedic Hospital.

The Authority intends to award this contract to the existing provider following the Direct Award C process under the Provider Selection Regime 2023.

The initial terms of the contract shall run from 9th January 2026 until 8th January 2027. There will be an option to extend the contract for a further 12 months.

The approximate lifetime value of the contract if extended will be £1,370,880

two.2.5) Award criteria

Quality criterion - Name: The existing provider is satisfying the original contract and will likely satisfy the proposed contract to a sufficient standard / Weighting: 100

Price - Weighting: 0

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

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 decision makers by 8th January 2026. This contract has not yet been formally awarded; this notice serves and as an intention to award under the PSR

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


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

23 December 2025

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from non-EU Member States: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Birmingham Orthopaedics LLP

C/O Ashford Accountants Ltd, 2 Manor Court, Manor Hill Lane,

Stourbridge

LS11 8LQ

Country

United Kingdom

NUTS code
  • UKG3 - West Midlands
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: £1,370,880

Total value of the contract/lot: £1,370,880


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 decision makers by 8th January 2026. This contract has not yet been formally awarded; this notice serves and as an intention to award under the PSR

Any written representation should be sent to matthew.kelsall@uhb.nhs.uk and paul.lee@uhb.nhs.uk

The award decision makers in respect of this award are: Steve Washbourne - Executive Chief Financial Officer and Marie Peplow - Chief Operating Officer.

Conflicts of Interest Declarations have been received and no conflicts have been identified in respect of the proposed award.

The Trust has awarded this contract using Direct Award Process C under the Provider Selection Regime (PSR) on the basis that the provider is already delivering this service to the required standard and remains the most appropriate organisation to continue doing so.

On this basis, the Trust has determined that:

the provider continues to be suitable and capable of delivering the service;

there is no evidence that an alternative provider would deliver better value, outcomes or performance; and

a competitive process would not be proportionate or in the best interests of patients or the Trust.

Accordingly, the Trust is satisfied that award through PSR Direct Award Process C is justified, compliant and in the best interests of service continuity, patient care, value and system stability.

The provider has demonstrated consistent high-quality clinical delivery, compliance with contractual requirements and strong engagement with the Trust’s governance, quality and safety processes. They have established and effective working relationships with Trust clinicians and operational teams and are fully embedded within existing pathways, ensuring safe, coordinated and efficient patient care.

Continuity of service is critical for patient outcomes, workforce stability and operational resilience. This provider offers a stable, experienced and clinically credible service model, with an appropriately skilled workforce, robust clinical governance arrangements and proven ability to meet activity, safety and performance requirements. Transitioning the service to an alternative provider would introduce unnecessary risk, potential disruption and avoidable cost without any evidence of improvement in quality or value.

The proposed contractual arrangements are affordable, represent value for money, and are aligned to the Trust’s financial framework, activity requirements and strategic objectives. The provider has demonstrated capability to continue delivery safely, sustainably and in line with national standards, Trust policies and NHS contractual expectations.

In reaching the decision to award this contract, the Trust undertook a structured assessment of the key criteria and the basic selection criteria, in line with the requirements of the Provider Selection Regime (Direct Award Process C).

The Trust first confirmed that the provider continued to meet all basic eligibility requirements, including regulatory compliance, clinical governance arrangements, indemnity, safeguarding requirements, data protection obligations and adherence to Trust policies. This included assurance that the provider’s workforce remained appropriately qualified, registered and competent to deliver the service safely.

The Trust then assessed the provider against the key PSR decision-making criteria, using a balanced and proportionate approach focused on:

Quality and clinical governance – performance against existing contractual quality requirements, evidence of safe delivery, participation in governance, learning from incidents and complaints, and alignment to national standards and Trust expectations.

Value – affordability, transparency of costs, alignment with Trust financial plans and evidence that the service continues to represent value for money over the contract term.

Integration, collaboration and sustainability – effectiveness of partnership working with Trust teams, alignment with Trust pathways and operational processes, and assurance around service resilience, business continuity and workforce sustainability.

Access and inequalities – ability to support timely access, equitable service delivery and compliance with Trust responsibilities relating to equality, inclusion and patient need.

Social value and alignment with NHS values – workforce wellbeing, ethical and responsible service delivery and contribution to wider NHS and Trust priorities where relevant.

No artificial numerical weighting was applied, as the assessment was based on whether the provider continued to demonstrably meet required standards and offered the most appropriate solution for safe, stable and effective service delivery. However, quality, safety, continuity of care and service
resilience were given greatest priority, reflecting the clinical nature of the service and associated risk if delivery failed or transferred unnecessarily.

Through this assessment, the Trust was satisfied that:

the provider continues to meet all basic selection criteria,

the provider continues to meet the PSR key decision-making criteria to a high and acceptable standard, and

no evidence exists to suggest that an alternative provider would deliver improved outcomes, better value or reduced risk.

On that basis, the Trust concluded that the provider remains the most appropriate organisation to deliver the service and that proceeding via Direct Award Process C was proportionate, justified and in the best interests of patients, quality, value and service continuity

six.4) Procedures for review

six.4.1) Review body

University Hospitals Birmingham NHS Foundation Trust

Queen Elizabeth Hospital Birmingham

Birmingham

B15 2GW

Country

United Kingdom

Internet address

https://www.uhb.nhs.uk/