Provision of Insourced and Outsourced Clinical Services Framework (Framework Re-opening)

Open

Value

£100,000,000

Classifications

  • Hospital services
  • Surgical hospital services
  • Medical hospital services
  • Gynaecological hospital services
  • Obstetrical hospital services
  • Rehabilitation hospital services
  • Psychiatric hospital services
  • Outpatient care services
  • Medical specialist services
  • Gyneacologic or obstetric services
  • Nephrology or nervous system specialist services
  • Cardiology services or pulmonary specialists services
  • Cardiology services
  • Pulmonary specialists services
  • ENT or audiologist services
  • Gastroenterologist and geriatric services
  • Gastroenterologist services
  • Geriatric services
  • Psychiatrist or psychologist services
  • Ophthalmologist, dermatology or orthopedics services
  • Ophthalmologist services
  • Dermatology services
  • Orthopaedic services
  • Paediatric or urologist services
  • Paediatric services
  • Urologist services
  • Surgical specialist services

Tags

  • tender

Submission Deadline

3 years from now

Published

2 months ago

Description

The aim of this Framework is to provide Relevant Authorities with fully compliant solutions which supplement the delivery of patient care by Relevant Authorities in line with the NHS' core Key Performance Indicators and standards.
The Framework has two Lots.
Lot 1 Insourced Clinical Services
Lot 2 Outsourced Clinical Services
Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment.
Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider.
Insourced and Outsourced Services will include the full range of Surgical and Medical specialties and sub-specialties. The specialties and sub-specialties are those listed by the various Surgical and Medical Royal Colleges.
This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025
In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply.
This notice concerns the opening of the Framework opportunity for applications from new potential Providers. 
Tenderers may Tender for one or both Lots of the Framework.
The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together the PSR) for use by all Relevant Authorities (and any future successors to these organisations). 
"Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006.
For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework.
For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-016528 published 23 April 2025.

Similar Contracts

Open

250800 Educational Psychological Assessments

he University is looking to establish a framework agreement featuring up to four Educational Psychologists/specialist teachers for the supply of Psychology Tests on behalf of its students. DMU proposes to enter contract for a four-year period with the successful Tenderers. The anticipated contract commencement date is 1st April 2026, with expiry date 31st March 2030. The estimated total value of this contract over a four-year period, across all framework suppliers, is expected to be around £500,000 excluding VAT, assuming current requirement of these services. Peak Assessment periods are generally October/November and February/March, and the estimated number of Educational Psychological Tests commissioned by DMU comprises of approximately 350 student assessments per annum in total across all suppliers. De Montfort University ("the University") is conducting the procurement using the open procedure in accordance with the requirements of the Procurement Act 2023 (PA2023) for the purpose of procuring the services described in the Specification (Requirements). It is considered that the applicable CPV codes for these services are featured in the list of CPV codes for Light Touch procurement under PA2023. A Planned Procurement Notice has previously been published to the Find a Tender Service regarding this procurement, ref. 2025/S 000-067984. All other information relating to Award Criteria, evaluation and the full specification etc. can be found within our tender pack for this procurement loaded on the In-Tend e tendering portal https://in-tendhost.co.uk/demontfort/aspx/Home

Katy Reed

Published 1 week ago
Open

250800 Educational Psychologocal Assessments

he University is looking to establish a framework agreement featuring up to four Educational Psychologists/specialist teachers for the supply of Psychology Tests on behalf of its students. DMU proposes to enter contract for a four-year period with the successful Tenderers. The anticipated contract commencement date is 1st April 2026, with expiry date 31st March 2030. The estimated total value of this contract over a four-year period, across all framework suppliers, is expected to be around £500,000 excluding VAT, assuming current requirement of these services. Peak Assessment periods are generally October/November and February/March, and the estimated number of Educational Psychological Tests commissioned by DMU comprises of approximately 350 student assessments per annum in total across all suppliers. De Montfort University ("the University") is conducting the procurement using the open procedure in accordance with the requirements of the Procurement Act 2023 (PA2023) for the purpose of procuring the services described in the Specification (Requirements). It is considered that the applicable CPV codes for these services are featured in the list of CPV codes for Light Touch procurement under PA2023. A Planned Procurement Notice has previously been published to the Find a Tender Service regarding this procurement, ref. 2025/S 000-067984. All other information relating to Award Criteria, evaluation and the full specification etc. can be found within our tender pack for this procurement loaded on the In-Tend e tendering portal https://in-tendhost.co.uk/demontfort/aspx/Home

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete