Award

NHSWYICB - Community Chronic Pain Service

NHS WEST YORKSHIRE INTEGRATED CARE BOARD

This public procurement record has 1 release in its history.

Award

17 Apr 2026 at 13:25

Summary of the contracting process

The NHS West Yorkshire Integrated Care Board has announced its intention to award a contract under the Provider Selection Regime (PSR) for a community chronic pain service named "Rethinking Pain Community Chronic Pain Service". This procurement falls under health services in the industry category and is located in Bradford (region UKE41). The intended award is part of a limited procurement process, specifically "Award procedure without prior publication of a call for competition", as the contract constitutes a repetition of existing works/services. The contract spans from 1 April 2026 to 31 March 2029, with a value of £1,500,000. The announcement begins the Standstill Period, with representations to be submitted by 29 April 2026.

This tender caters to businesses involved in healthcare service provision, especially those with expertise in chronic pain management and community health services. The procurement is especially suitable for entities that can demonstrate a track record of delivering quality, innovative health services while ensuring integration with community and primary care sectors. The process highlights opportunities for businesses looking to leverage existing service models, as the NHS West Yorkshire Integrated Care Board prioritises continuity by selecting well-performing existing providers through Direct Award Process C. Businesses adept at maintaining high standards of service delivery with a focus on value, collaboration, and social impact will find this contract appealing, presenting avenues for sustained growth and development in the health sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

NHSWYICB - Community Chronic Pain Service

Notice Description

Rethinking Pain Community Chronic Pain Service

Lot Information

Lot 1

The Contract Authority; NHS West Yorkshire Integrated Care Board intends to award a contract to an existing provider following Direct Award Process C. The authority is publishing this notice in Find a Tender in accordance with the NHS Provider Selection Regime.

Contract length is 3 Year

Contract period: 01/04/2026 - 31/ 03/2029

Contract value: PS1,500,000. Additional information: 1. Eligibility for Direct Award Process C
The decision records confirms that the service:
* is an existing service;
* is delivered by an existing provider (Keighley Healthy Living);
* is replacing a contract that is due to expire; and
* is therefore eligible in principle for Direct Award Process C.
The Review also identifies the named decision maker, senior approving bodies, contract value and term, and confirms that no conflicts of interest were declared. This document evidences that the decision was taken consciously and contemporaneously within the PSR framework, rather than by default or assumption.
2. No Considerable Change to Contracting Arrangements
The Rethinking Pain Service Specification 2026-2029 demonstrates that the proposed contract does not introduce any considerable change when compared with the existing arrangements.
In substance:
* the service model remains a community based, de medicalised chronic pain pathway;
* the population, geography, referral routes, and eligibility criteria are unchanged;
* delivery remains with the same VCSE provider, using the same integrated model;
* there is no expansion, reconfiguration, or transfer of material risk.
The ICB actively reviewed the proposed scope, duration, outcomes, delivery model, and risk profile against the existing contract and concluded that none of these elements met the PSR "considerable change" threshold. While the specification is presented in an updated format, the underlying service is materially consistent with the existing contract.
3. Provider Performance and Likely Future Performance
The Service Review Template - PSR Key Criteria provides detailed, narrative based evidence demonstrating that the existing provider:
* is satisfying the current contract to a sufficient standard; and
* is likely to satisfy the proposed contract to a sufficient standard.
The Service Review assesses performance against all PSR key criteria, including:
* Quality and innovation, supported by independently evaluated outcomes and national recognition;
* Value and stewardship of public funds, including strong return on investment, system savings, and low cost per QALY;
* Integration, collaboration, and sustainability, with delivery embedded across primary care, community services, and the VCSE sector;
* Access, inequalities, and choice, with culturally adapted provision targeted at underserved populations; and
* Social value, including local employment, prevention, and community capacity building.
The ICB considered not only historic performance, but also whether the provider's established workforce, governance arrangements, and delivery model provide assurance of continued performance under the proposed contract. The proposed contract does not introduce new delivery requirements, expanded cohorts, or increased demand beyond that already successfully managed by the provider.
4. Proportionality and Overall Assurance
In determining the appropriate procurement route, the ICB considered whether a competitive process would deliver additional benefit. Given the continuity of need, the absence of material change, the provider's sustained performance, and the risks associated with service disruption, the ICB concluded that a competitive process would not be proportionate to the time, cost, and delivery risk involved.
Taken together, the three documents provide a coherent and auditable justification for the use of Direct Award Process C, demonstrating that:
* the regulatory conditions for Process C are met;
* the decision was taken lawfully, transparently, and proportionately;
* the existing provider sufficiently meets the PSR criteria; and
* continuity of a clinically effective and system beneficial service is in the best interests of patients and the wider system.
WY ICB therefore remains satisfied that the requirements of the Provider Selection Regime have been properly applied and evidenced.

Procurement 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 and the Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the Standstill Period. Representations by providers must be made to the relevant authority by 29 April 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068569
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/035249-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
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
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,500,000 £1M-£10M

Notice Dates

Publication Date
17 Apr 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
30 Mar 20263 weeks ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NHS WEST YORKSHIRE INTEGRATED CARE BOARD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRADFORD
Postcode
BD1 4AS
Post Town
Bradford
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE41 Bradford
Delivery Location
TLE41 Bradford

Local Authority
Bradford
Electoral Ward
City
Westminster Constituency
Bradford West

Supplier Information

Number of Suppliers
1
Supplier Name

KEIGHLEY HEALTHY LIVING

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-068569-2026-04-17T14:25:49+01:00",
    "date": "2026-04-17T14:25:49+01:00",
    "ocid": "ocds-h6vhtk-068569",
    "description": "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 and the Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the Standstill Period. Representations by providers must be made to the relevant authority by 29 April 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR.<br/><br/>Written representations should be sent to wyicb-kirk.procurement@nhs.net<br/><br/>The service was evaluated against the PSR Key Criteria (weighted equally) using narrative based evidence service review. <br/><br/>Decision makers: Director of Partner Relationship Management <br/><br/>No conflicts of interest were declared.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-068569",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NHSWYICB - Community Chronic Pain Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "85100000",
            "description": "Health services"
        },
        "mainProcurementCategory": "services",
        "description": "Rethinking Pain Community Chronic Pain Service",
        "lots": [
            {
                "id": "1",
                "description": "The Contract Authority; NHS West Yorkshire Integrated Care Board intends to award a contract to an existing provider following Direct Award Process C. The authority is publishing this notice in Find a Tender in accordance with the NHS Provider Selection Regime.<br/><br/>Contract length is 3 Year <br/><br/>Contract period: 01/04/2026 - 31/ 03/2029<br/><br/>Contract value: PS1,500,000. Additional information: 1. Eligibility for Direct Award Process C<br/>The decision records confirms that the service:<br/>* is an existing service;<br/>* is delivered by an existing provider (Keighley Healthy Living);<br/>* is replacing a contract that is due to expire; and<br/>* is therefore eligible in principle for Direct Award Process C.<br/>The Review also identifies the named decision maker, senior approving bodies, contract value and term, and confirms that no conflicts of interest were declared. This document evidences that the decision was taken consciously and contemporaneously within the PSR framework, rather than by default or assumption.<br/>2. No Considerable Change to Contracting Arrangements<br/>The Rethinking Pain Service Specification 2026-2029 demonstrates that the proposed contract does not introduce any considerable change when compared with the existing arrangements.<br/>In substance:<br/>* the service model remains a community based, de medicalised chronic pain pathway;<br/>* the population, geography, referral routes, and eligibility criteria are unchanged;<br/>* delivery remains with the same VCSE provider, using the same integrated model;<br/>* there is no expansion, reconfiguration, or transfer of material risk.<br/>The ICB actively reviewed the proposed scope, duration, outcomes, delivery model, and risk profile against the existing contract and concluded that none of these elements met the PSR \"considerable change\" threshold. While the specification is presented in an updated format, the underlying service is materially consistent with the existing contract.<br/>3. Provider Performance and Likely Future Performance<br/>The Service Review Template - PSR Key Criteria provides detailed, narrative based evidence demonstrating that the existing provider:<br/>* is satisfying the current contract to a sufficient standard; and<br/>* is likely to satisfy the proposed contract to a sufficient standard.<br/>The Service Review assesses performance against all PSR key criteria, including:<br/>* Quality and innovation, supported by independently evaluated outcomes and national recognition;<br/>* Value and stewardship of public funds, including strong return on investment, system savings, and low cost per QALY;<br/>* Integration, collaboration, and sustainability, with delivery embedded across primary care, community services, and the VCSE sector;<br/>* Access, inequalities, and choice, with culturally adapted provision targeted at underserved populations; and<br/>* Social value, including local employment, prevention, and community capacity building.<br/>The ICB considered not only historic performance, but also whether the provider's established workforce, governance arrangements, and delivery model provide assurance of continued performance under the proposed contract. The proposed contract does not introduce new delivery requirements, expanded cohorts, or increased demand beyond that already successfully managed by the provider.<br/>4. Proportionality and Overall Assurance<br/>In determining the appropriate procurement route, the ICB considered whether a competitive process would deliver additional benefit. Given the continuity of need, the absence of material change, the provider's sustained performance, and the risks associated with service disruption, the ICB concluded that a competitive process would not be proportionate to the time, cost, and delivery risk involved.<br/>Taken together, the three documents provide a coherent and auditable justification for the use of Direct Award Process C, demonstrating that:<br/>* the regulatory conditions for Process C are met;<br/>* the decision was taken lawfully, transparently, and proportionately;<br/>* the existing provider sufficiently meets the PSR criteria; and<br/>* continuity of a clinically effective and system beneficial service is in the best interests of patients and the wider system.<br/>WY ICB therefore remains satisfied that the requirements of the Provider Selection Regime have been properly applied and evidenced.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "The existing provider(s) is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard.",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "name": "The existing provider(s) is satisfying the contract and will likely satisfy the proposed contract to a sufficient standard.",
                            "type": "cost",
                            "description": "0"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKE41"
                    }
                ],
                "deliveryLocation": {
                    "description": "Bradford"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_REPETITION_EXISTING",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "description": "New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive"
            }
        ],
        "procurementMethodRationale": "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 and the Procurement Act 2023 do not apply to this award. The publication of this notice marks the start of the Standstill Period. Representations by providers must be made to the relevant authority by 29 April 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the PSR."
    },
    "awards": [
        {
            "id": "035249-2026-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-180233",
                    "name": "Keighley Healthy Living"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-178294",
            "name": "NHS West Yorkshire Integrated Care Board",
            "identifier": {
                "legalName": "NHS West Yorkshire Integrated Care Board"
            },
            "address": {
                "streetAddress": "Scorex House, West 1 Bolton Road",
                "locality": "Bradford",
                "region": "UKE4",
                "postalCode": "BD1 4AS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Martin Pursey",
                "email": "wyicb-kirk.procurement@nhs.net"
            },
            "roles": [
                "buyer",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.westyorkshire.icb.nhs.uk/",
                "buyerProfile": "https://www.westyorkshire.icb.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-180233",
            "name": "Keighley Healthy Living",
            "identifier": {
                "legalName": "Keighley Healthy Living",
                "id": "04190566"
            },
            "address": {
                "streetAddress": "13 Scott Street,",
                "locality": "Keighley",
                "region": "UKE41",
                "postalCode": "BD21 2JH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://khl.org.uk",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-179126",
            "name": "WYICB PSR Review Panel",
            "identifier": {
                "legalName": "WYICB PSR Review Panel"
            },
            "address": {
                "streetAddress": "Scorex House, West 1 Bolton Road",
                "locality": "Bradford",
                "postalCode": "BD1 4AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.westyorkshire.icb.nhs.uk/"
            }
        },
        {
            "id": "GB-FTS-123151",
            "name": "NHS England Independent Patient Choice and Procurement Panel",
            "identifier": {
                "legalName": "NHS England Independent Patient Choice and Procurement Panel"
            },
            "address": {
                "streetAddress": "London",
                "locality": "London",
                "postalCode": "SE1 8UG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/commissioning/how-commissioning-is-changing/nhs-provider-selection-regime/independent-patient-choice-and-procurement-panel/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-178294",
        "name": "NHS West Yorkshire Integrated Care Board"
    },
    "contracts": [
        {
            "id": "035249-2026-1",
            "awardID": "035249-2026-1",
            "status": "active",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "dateSigned": "2026-03-31T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}