Clinical Diagnosis and Treatment

A Contract Award Notice
by EAST OF ENGLAND NHS COLLABORATIVE PROCUREMENT HUB

Source
Find a Tender
Type
Framework (Services)
Duration
3 year (est.)
Value
£18M
Sector
HEALTH
Published
08 Dec 2025
Delivery
To 29 Jan 2029 (est.)
Deadline
n/a

Related Terms

Location

Cambridge

Geochart for 2 buyers and 21 suppliers

Description

The purpose of this framework is for the provision of Clinical Diagnosis & Treatment services that fall under the Lots listed in the ITT. Services offered under this framework will meet the highest industry standards and support Beneficiaries with the current and future day-to-day activities in respect of the requirements. The intention is to offer an accessible and compliant route to market for organisations to easily manage multiple services, assisting Beneficiaries in the management of waiting list within services to meet NHS targets. The framework will be comprised of 9 lots: • Lot 1 - Dermatology • Lot 2 - Oral and Maxillofacial surgery • Lot 3 - Audiology • Lot 4 - Ophthalmology • Lot 5 - ENT (Ear, Nose & Throat) • Lot 6 - Gastroenterology • Lot 7 - Urology • Lot 8 - Endoscopy • Lot 9 - Managed Services The term of the framework will be 3 years plus an optional one year extension. This framework is being run under the Provider Selection Regime. The framework is for the benefit of existing and emerging organisations during the life of the Contract and is intended to support Relevant Authorities when procuring such services. Relevant authorities as follows: • NHS England • Integrated care boards (ICBs) • NHS trusts and NHS foundation trusts • Local authorities and combined authorities. This framework is not accessible by Authorities in Wales, Scotland and Northern Ireland.

Lot Division

1 Dermatology

This lot is for dermatology services for the diagnosis, treatment, and management of skin conditions. This may include but is not limited to, management of skin cancers, inflammatory skin diseases, minor surgical procedures and rare dermatological disorders.

Award Criteria
5 Key Criteria 70.0
Commercial 30.0
2 Oral and Maxillofacial Surgery (OMFS)

This lot is for the provision of OMFS services including but not limited to, patient consultations, examinations, surgical procedures and diagnostic tests and orthodontic/dental treatment, both routine and complex.

Award Criteria
5 Key Criteria 70.0
Commercial 30.0
3 Audiology

This lot is for a range of services covered by Audiology, including but not limited to, hearing screening & tests, balance assessments, tinnitus management and assistive listening device access.

Award Criteria
5 Key Criteria 70.0
Commercial 30.0
4 Ophthalmology

This lot is for the provision of core ophthalmology services that include but are not limited to, cataract surgeries, glaucoma treatment, age-related macular degeneration (AMD) and diabetic eye conditions.

Award Criteria
5 Key Criteria 70.0
Commercial 30.0
5 Ear, Nose & Throat (ENT)

This lot is for a range of services covered by Ear, Nose & Throat (ENT), including but not limited to, otology, rhinology and laryngology and their associated treatments. This should include but not be limited to, consultations, examinations and a range of surgical procedures.

Award Criteria
5 Key Criteria 70.0
Commercial 30.0
6 Gastroenterology

This Lot is for services that are covered by gastroenterology and their associated treatments, including but not limited to endoscopy procedures, liver disease, irritable bowel syndrome (IBS) and assessment of digestive conditions. This may include ongoing management of conditions.

Award Criteria
5 Key Criteria 70.0
Commercial 30.0
7 Urology

This lot is for the provision of procedures. including consultations, examinations and diagnostic tests, that fall under Urology. This includes but is not limited to, prostate assessments and biopsies, incontinence, stone surgery and urodynamics.

Award Criteria
5 Key Criteria 70.0
Commercial 30.0
8 Endoscopy

This lot is for the provision of procedures. including consultations, examinations and diagnostic tests, that fall under Endoscopy. This includes but is not limited to, colonoscopy, gastroscopy, bronchoscopy, flexible sigmoidoscopy and endoscopic ultrasounds.

Award Criteria
5 Key Criteria 70.0
Commercial 30.0
9 Managed Services

Lot 9 is a locked Lot and will not be evaluated. It is intended that the inclusion of this Lot will only be available to providers that are awarded to one or more of the other Lots. All providers awarded to the framework, where they have indicated they wish to provide services against this locked Lot will be awarded irrespective of the total number of Providers awarded to the framework. Providers awarded to Lot 9 may opt to offer an end-to-end managed service, which may include but is not limited to: • Triaging • Workflows • end to end systems • data collation / data reporting, and service intelligence metrics • Training • Managed Service • Quality Assurance and Reporting • Consultancy For relevant authorities to call-off from this lot, a further competition must be carried out to ensure bespoke requirements are fulfilled and to assess value for money. Please note: for this Lot to be compliant under PSR, the majority of any contracts awarded must comprise of an in-scope health services (Services detailed under Lots 1-8) and that the out-of-scope goods or services could not be covered in a separate contract.

Award Criteria
Not Weighted _

Award Detail

1 18 Week Support (London)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
2 Carepro (Essex)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
3 Community Health & Eyecare (Preston)
  • Num offers: 21
  • Value: £18,000,000
4 Concept Care Solutions (Watford)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
5 Eagle Eyecare (Sheffield)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
6 Elective Services (London)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
7 Evolutio Care Innovations (Reading)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
8 Healthcare Central London (London)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
9 Ics Operations (London)
  • Num offers: 21
  • Value: £18,000,000
10 Id Medical Group (Milton Keynes)
  • Num offers: 21
  • Value: £18,000,000
11 Inhealth (Buckinghamshire)
  • Num offers: 21
  • Value: £18,000,000
12 Mediscan Diagnostic Services (London)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
13 Modality LPP (Wolverhampton)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
14 Newmedical Systems (London)
  • Num offers: 21
  • Value: £18,000,000
15 Norfolk Primary Care (Norwich)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
16 Omnes Healthcare (Manchester)
  • Num offers: 21
  • Value: £18,000,000
17 Optegra (London)
  • Num offers: 21
  • Value: £18,000,000
18 Practice Plus Group (Reading)
  • Num offers: 21
  • Value: £18,000,000
19 Primary Eyecare Services (Manchester)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.
20 Spamedica (Bolton)
  • Num offers: 21
  • Value: £18,000,000
21 Sussex Community Dermatology Services (Brighton)
  • Num offers: 21
  • Value: £18,000,000
  • Contractor is an SME.

Renewal Options

Option to extend for a further 12 months

CPV Codes

  • 85100000 - Health services
  • 85121282 - Dermatology services
  • 85130000 - Dental practice and related services
  • 85121240 - ENT or audiologist services
  • 85121281 - Ophthalmologist services
  • 85121251 - Gastroenterologist services
  • 85121292 - Urologist services

Indicators

  • Options are available.
  • Award on basis of price and quality.

Other Information

The framework award criteria are specified in the procurement documents. 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. 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 18th December 2025. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR. Any written representations should be sent to corporate.services@eoecph.nhs.uk. The decision was made by the Corporate, Clinical and Regulation team at East of England NHS Collaborative Procurement Hub (EOECPH) in November 2025. There were no conflicts of interest identified. The decision to award this framework agreement and is in line with the competitive process and the evaluation was based against the five required key criteria as follows: • Quality and Innovation - Assured - EOECPH are assured that the providers will be delivering a safe and effective service as required by the specification and the framework agreement. • Value - Assured - EOECPH are assured that the providers will be delivering value against the framework agreement to contracting authorities that wish to call-off against the framework. • Integration, Collaboration and Service Sustainability - Assured -EOECPH are assured that the providers will positively impact against the service specification as laid out in the tender documents. • Improving Access, Reducing Health Inequalities and Facilitating Choice - Assured - EOECPH are assured that the providers will meet needs of the population to ensure equitable access and choice as required by the specification and the framework agreement. • Social Value - Assured - EOECPH are assured that the providers will deliver against outcome 8a: Support health and wellbeing in the contract workforce, including physical and mental health, and in line with the NHS overarching mission to 'Build a NHS fit for the future' throughout the life of the framework agreement and any resulting call-offs against the framework.

Reference

  • FTS 080739-2025

Domains