Notice Information
Notice Title
Provision of Insourced Services for the Northern Care Alliance NOE.3007 (C386533)
Notice Description
Northern Care Alliance NHS Foundation Trust (NCA) are seeking a sole supplier to deliver digestive diseases related insourcing services. The services will include Endoscopy Insourcing Services, Gastroenterology Outpatient Services, and Colorectal and General Surgery Outpatient Services across multiple Trust sites. The contract is expected to run from 01/04/2026 until 31/03/2028 with potential extension options until 31/03/2029.<br/><br/>The mini competition has been run via NHS Workforce Alliance RM6276 - Insourced Services to support the Provision of Healthcare Services.
Lot Information
Lot 1
Northern Care Alliance NHS Foundation Trust (NCA) are seeking a sole supplier to deliver digestive diseases related insourcing services. The services will include Endoscopy Insourcing Services, Gastroenterology Outpatient Services, and Colorectal and General Surgery Outpatient Services across multiple Trust sites. The contract is expected to run from 01/04/2026 until 31/03/2028 with potential extension options until 31/03/2029.
The mini competition has been run via NHS Workforce Alliance RM6276 - Insourced Services to support the Provision of Healthcare Services.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05aeaa
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003949-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
85 - Health and social work services
-
- CPV Codes
85100000 - Health services
Notice Value(s)
- Tender Value
- £9,600,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £9,600,000 £1M-£10M
Notice Dates
- Publication Date
- 16 Jan 20263 months ago
- Submission Deadline
- 10 Nov 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Jan 20263 months ago
- Contract Period
- 31 Mar 2026 - 31 Mar 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTHERN CARE ALLIANCE NHS FOUNDATION TRUST
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- SALFORD
- Postcode
- M6 8HD
- Post Town
- Manchester
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD34 Greater Manchester South West
- Delivery Location
- Not specified
-
- Local Authority
- Salford
- Electoral Ward
- Weaste & Seedley
- Westminster Constituency
- Salford
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05aeaa-2026-01-16T14:28:55Z",
"date": "2026-01-16T14:28:55Z",
"ocid": "ocds-h6vhtk-05aeaa",
"description": "This is a Provider Selection Regime (PSR) intention to award notice under the Competitive Process. 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 the relevant authority by 28th of January 2026.<br/><br/>Representations can only be made by providers party to the framework agreement who might otherwise have been a provider of the services.<br/><br/>This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR. Written representations should be made through the Atamis portal.<br/><br/>Award decision-makers are outlined as clinical service leads, operational staff, procurement staff and finance staff from The Northern Care Alliance NHS Foundation Trust. Moderation leads and project support consists of category procurement and operational procurement staff from North of England Commercial Procurement collaborative. <br/>A robust conflict of interest declaration process was carried out. Three individuals identified as potential evaluators were found to have potential conflict of interest pre-evaluation phase. Those individuals were removed from the procurement process entirely, did not receive any procurement documentation and did not influence any decisions made. No conflicts of interest were identified for individuals making decisions or amongst the evaluation and moderation team.<br/><br/>NB: The contract has not yet been concluded; signature will follow the standstill period in accordance with the NHS Provider Selection Regime. The Contract Concluded date is therefore the date the notice is published.<br/><br/>Relative importance of the key criteria that the relevant authority used to make a decision;<br/><br/>The authority weighted the procurement 20% Quality and Innovation (PSR Criterion 1), 40% Value (PSR criterion 2), 22.5% Integration, collaboration and service sustainability (PSR Criterion 3), 7.5% Improving access, reducing health inequalities, and facilitating choice (PSR Criterion 4) and 10% Social Value (PSR Criterion 5).<br/><br/>Provided below is the rationale for the relative importance of the key criteria, and the rationale for choosing the provider with reference to each of the key criteria.<br/><br/>The authority placed importance on Quality and innovation, specifically in relation to the bidders organisational structure and staff and contract management which were asked as individual questions. The bidders were asked to highlight the skills and experience of staff providing the services and the organisations recruitment and selection process supported by a successful contract example.<br/><br/>The successful bidder scored a 'good' for the first question outlined in this section (Organisation Structure and Staff) as outlined in the scoring criteria. The successful bidder covered the full requirements of the question and demonstrated that their staff and recruitment processes in place meets the standard required by the Contracting Authority. A contract example was given which included volumes and duration.<br/><br/>The bidders were also asked to propose how they would manage the contract during its life, including a description of how KPI failures and adoption of Trust policy changes would be managed, with the opportunity to attach their proposed Management Reports.<br/><br/>For the second question in this section (Contract Management) the successful bidder scored an 'Excellent' in line with the scoring criteria, covering all aspects of the question, offering a high level of detail which was tailored to the contracting authorities needs and provided an excellent degree of confidence.<br/><br/>Value was 40% of the weighting and was separated out by a commercial element and a question. The commercial element was based on a % discount from tariff for Diagnostic elements (15% weighting) and a % discount from tariff for Outpatients elements (15% weighting), following the same model evaluated at framework level to gain the best financial outcome for the authority in the delivery of this contract. A question was also asked and evaluated (accounting for 10% weighting) on how the bidder would ensure sessions and clinics run efficiently and represent value for money. The bidder was also asked to describe their clinical governance structure and processes.<br/><br/>The successful bidder ranked third on the total scores for % discount from tariff elements and scored an 'excellent' for their answer to the value for money question, demonstrating an excellent understanding of the requirement and also highlighting the importance of ensuring high quality patient care whilst delivering value for money.<br/><br/>The authority focused on Integration and collaboration through two separate questions. The first based on service management requesting key elements such as ensuring service readiness, stakeholder engagement, contingency plans in the event of delays, risk mitigation and the opportunity to enclose a proposed plan.<br/><br/>The successful bidder scored a 'excellent' for this section (Service Management) covering all aspects of the question to a high detail and exceeded the expectations of the contracting authority, providing a high level of certainty of service mobilisation and readiness supported by a well detailed mobilisation plan.<br/><br/>The second part of this section focused on contingency arrangements. Bidders were asked to detail their service contingency arrangements with specific reference to IT failure, equipment failure and staff cover.<br/><br/>The successful bidder scored a 'excellent' for this question in line with the scoring methodology. The response provided an excellent degree of confidence in contingency arrangements covering all elements of the question in high detail with demonstration of their excellent understanding of the requirement.<br/><br/>For Improving access, reducing health inequalities, and facilitating choice, the authority focused on how bidders could support accessibility for services for patients and facilitate choice, how they would achieve this for patients with additional needs and the qualitative and quantitative measures they would put in place to measure success of those initiatives.<br/><br/>The successful bidder scored a 'excellent' for the singular question in this section (Patient Access) covering the full requirements of the question to a level which exceeded the contracting authorities expectations. The bidder provided clear initiatives and tailored the response to the contracting authorities needs in improving access for the patient and supporting the patient.<br/><br/>A social value theme of Wellbeing was chosen by the authority in alignment with the themes outlined in the overarching RM6276 framework, which focused on how bidders could commit to embedding practices to improve patient wellbeing through collaboration and co-design with NCA patients and clinical staff. Bidders were asked to describe their commitments, how they would work with stakeholders and how these arrangements would be monitored and reviewed.<br/><br/>The successful bidder scored a 'good' for the singular question in this section (Wellbeing), meeting the required standard in all the points raised with specific commitments provided and examples of collaboration intentions.<br/><br/>Overall, the successful bidder scored the highest across all bidders, considering the 5 criteria of the Provider Selection Regime 2023 as weighted by the authority. This is an existing service and the successful bidder is a new provider for the service.",
"initiationType": "tender",
"tender": {
"id": "RM6276",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Provision of Insourced Services for the Northern Care Alliance NOE.3007 (C386533)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "85100000",
"description": "Health services"
},
"mainProcurementCategory": "services",
"description": "Northern Care Alliance NHS Foundation Trust (NCA) are seeking a sole supplier to deliver digestive diseases related insourcing services. The services will include Endoscopy Insourcing Services, Gastroenterology Outpatient Services, and Colorectal and General Surgery Outpatient Services across multiple Trust sites. The contract is expected to run from 01/04/2026 until 31/03/2028 with potential extension options until 31/03/2029.<br/><br/>The mini competition has been run via NHS Workforce Alliance RM6276 - Insourced Services to support the Provision of Healthcare Services.",
"value": {
"amount": 9600000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Northern Care Alliance NHS Foundation Trust (NCA) are seeking a sole supplier to deliver digestive diseases related insourcing services. The services will include Endoscopy Insourcing Services, Gastroenterology Outpatient Services, and Colorectal and General Surgery Outpatient Services across multiple Trust sites. The contract is expected to run from 01/04/2026 until 31/03/2028 with potential extension options until 31/03/2029.<br/><br/>The mini competition has been run via NHS Workforce Alliance RM6276 - Insourced Services to support the Provision of Healthcare Services.",
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "PSR Criteria 1 - Quality and innovation",
"type": "quality",
"description": "20"
},
{
"name": "PSR Criteria 2 - Value",
"type": "quality",
"description": "10"
},
{
"name": "PSR Criteria 3 - Integration, Collaboration and Service Sustainability",
"type": "quality",
"description": "22.5"
},
{
"name": "PSR Criteria 4 - Improving access, reducing health inequalities and facilitating choice.",
"type": "quality",
"description": "7.5"
},
{
"name": "PSR Criteria 5 - Social value.",
"type": "quality",
"description": "10"
},
{
"name": "PSR Criteria 2 - Value - Commercial (Diagnostic)",
"type": "cost",
"description": "15"
},
{
"name": "PSR Criteria 2 - Value - Commercial (Outpatient)",
"type": "cost",
"description": "15"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://health-family.force.com/s/Welcome",
"communication": {
"atypicalToolUrl": "https://health-family.force.com/s/Welcome"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A - call off against RM6276 Insourced Services Framework therefore not required under PSR",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2025-11-10T12:00:00Z"
},
"secondStage": {
"invitationDate": "2025-10-13T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-45047",
"name": "Northern Care Alliance NHS Foundation Trust",
"identifier": {
"legalName": "Northern Care Alliance NHS Foundation Trust"
},
"address": {
"streetAddress": "Salford Royal Hospital, Stott Lane",
"locality": "Salford",
"region": "UKD",
"postalCode": "M6 8HD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "mark.storey@nca.nhs.uk",
"url": "https://health-family.force.com/s/Welcome",
"name": "Mark Storey"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.northerncarealliance.nhs.uk/",
"buyerProfile": "https://www.northerncarealliance.nhs.uk/",
"classifications": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "07",
"scheme": "COFOG",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-97735",
"name": "Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative (\"NOE CPC\")",
"identifier": {
"legalName": "Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative (\"NOE CPC\")"
},
"address": {
"streetAddress": "Don Valley House, Savile Street East",
"locality": "Sheffield",
"postalCode": "S4 7UQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@noecpc.nhs.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.noecpc.nhs.uk"
}
},
{
"id": "GB-FTS-171620",
"name": "Venture Health Group Ltd",
"identifier": {
"legalName": "Venture Health Group Ltd"
},
"address": {
"streetAddress": "1st Floor, 49 Peter Street, Manchester, M2 3NG",
"locality": "Manchester",
"region": "UK",
"postalCode": "M2 3NG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-27492",
"name": "North of England Commercial Procurement Collaborative (NOE CPC)",
"identifier": {
"legalName": "North of England Commercial Procurement Collaborative (NOE CPC)"
},
"address": {
"streetAddress": "Savile Street East,",
"locality": "Sheffield,",
"postalCode": "S4 7UQ",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody",
"reviewContactPoint"
],
"details": {
"url": "https://www.noecpc.nhs.uk"
}
}
],
"buyer": {
"id": "GB-FTS-45047",
"name": "Northern Care Alliance NHS Foundation Trust"
},
"language": "en",
"awards": [
{
"id": "003949-2026-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-171620",
"name": "Venture Health Group Ltd"
}
]
}
],
"contracts": [
{
"id": "003949-2026-1",
"awardID": "003949-2026-1",
"status": "active",
"value": {
"amount": 9600000,
"currency": "GBP"
},
"dateSigned": "2026-01-15T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 12
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 12
}
]
}
}