Published date: 4 July 2025

Open opportunity - This means that the contract is currently active, and the buying department is looking for potential suppliers to fulfil the contract.


Closing: 1 August 2025, 12pm

Contract summary

Industry

  • Health services - 85100000

  • Hospital and related services - 85110000

  • Hospital services - 85111000

    • Surgical hospital services - 85111100

    • Medical hospital services - 85111200

    • Gynaecological hospital services - 85111300

    • In vitro fertilisation services - 85111310

    • Obstetrical hospital services - 85111320

    • Rehabilitation hospital services - 85111400

    • Psychiatric hospital services - 85111500

    • Orthotic services - 85111600

    • Oxygen-therapy services - 85111700

    • Pathology services - 85111800

    • Blood analysis services - 85111810

    • Bacteriological analysis services - 85111820

    • Hospital dialysis services - 85111900

    • Outpatient care services - 85112200

    • Medical practice and related services - 85120000

    • Medical practice services - 85121000

    • General-practitioner services - 85121100

    • Medical specialist services - 85121200

    • Gyneacologic or obstetric services - 85121210

    • Nephrology or nervous system specialist services - 85121220

    • Cardiology services or pulmonary specialists services - 85121230

    • Cardiology services - 85121231

    • Pulmonary specialists services - 85121232

    • ENT or audiologist services - 85121240

    • Gastroenterologist and geriatric services - 85121250

    • Gastroenterologist services - 85121251

    • Geriatric services - 85121252

    • Psychiatrist or psychologist services - 85121270

    • Home for the psychologically disturbed services - 85121271

    • Ophthalmologist, dermatology or orthopedics services - 85121280

    • Ophthalmologist services - 85121281

    • Dermatology services - 85121282

    • Orthopaedic services - 85121283

    • Paediatric or urologist services - 85121290

    • Paediatric services - 85121291

    • Urologist services - 85121292

    • Surgical specialist services - 85121300

    • Dental practice and related services - 85130000

    • Dental-practice services - 85131000

    • Orthodontic services - 85131100

    • Orthodontic-surgery services - 85131110

    • Miscellaneous health services - 85140000

    • Services provided by medical personnel - 85141000

    • Services provided by midwives - 85141100

    • Services provided by nurses - 85141200

    • Home medical treatment services - 85141210

    • Dialysis home medical treatment services - 85141211

    • Advisory services provided by nurses - 85141220

    • Paramedical services - 85142000

    • Physiotherapy services - 85142100

    • Ambulance services - 85143000

    • Residential health facilities services - 85144000

    • Residential nursing care services - 85144100

    • Services provided by medical laboratories - 85145000

    • Services provided by blood banks - 85146000

    • Services provided by sperm banks - 85146100

    • Services provided by transplant organ banks - 85146200

    • Medical analysis services - 85148000

    • Pharmacy services - 85149000

    • Medical imaging services - 85150000

    • Optician services - 85160000

    • Family-planning services - 85312330

    • Rehabilitation services - 85312500

    • Community health services - 85323000

Location of contract

S4 7UQ

Value of contract

£0 to £278,000,000

Procurement reference

CF-3045900D0O000000rwimUAA

Published date

4 July 2025

Closing date

1 August 2025

Closing time

12pm

Contract start date

12 December 2025

Contract end date

12 December 2029

Contract type

Service contract

Procedure type

Open procedure (above threshold)

Any interested supplier may submit a tender in response to an opportunity notice.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

North of England Commercial Procurement Collaborative, as the Authority on behalf of NHS Workforce Alliance are looking to establish a Framework Agreement for the Provision of Insourcing of Health Services for use by NHS organisations or their equivalent organisation in England, Wales (Healthcare Inspectorate Wales), Scotland (The Care Inspectorate) and Northern Ireland (Regulation and Quality Improvement Authority), and Central Government/Local Authority where applicable.
NHS Workforce Alliance partners include:
• NHS Commercial Solutions
• East of England NHS Collaborative Procurement Hub
• NHS London Procurement Partnership
• NHS North of England Commercial Procurement Collaborative
• Crown Commercial Service

The framework aims to deliver compliant and high quality patient focused healthcare by providing access to a wide variety of insourced service solutions in support of the delivery of the governments initiative to reduce waiting times for patients to wait no longer than 18 weeks from referral to treatment, and to deliver an extra 40,000 elective appointments per week.

Services are to be provided on trusts own premises, using trusts own equipment and facilities, typically utilising spare, out of hours, or spare capacity. This can be used in addition to the trusts existing provisions, with the intention to bolster service outputs and improve efficiency.

These insourced services are typically provided by medical or clinical providers who can provide the specialist capabilities required to deliver an end-to-end service, including clinical governance and oversight.

This Framework Agreement for 'healthcare Services' falls under The Health Care Services (Provider Selection Regime) Regulations 2023 "PSR2023". This framework agreement and its operational features, including the re-opening of the framework agreement at intervals throughout the life of the framework, have been designed in line with The Health Care Services (Provider Selection Regime) Regulations 2023, with requirements aligned to the Key Criteria as set out under Regulation 5.

The framework agreement shall be awarded under two Lots:

Lot 1 - Insourced Clinical Services
Lot 2 - Managed Service Provision

See ITT for full details


More information

Additional text

To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:

Phone: 0800 9956035

E-mail: support-health@atamis.co.uk


How to apply

Follow the instructions given in the description or the more information section.


About the buyer

Contact name

Tina Shires

Address

Savile Street East
Sheffield
s4 7uq
United Kingdom

Email

procurement@noecpc.nhs.uk