Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}