United Kingdom1348 days leftOpen

Provision of Falls Prevention, Rehabilitation and Recovery Services

Tender Overview

LOCATION

North East England, United Kingdom

VALUE

£17,000,000

DEADLINE

October 12, 2029 at 13:00

CATEGORY

Other

CPV CODE

85000000

REFERENCE

007231-2026

Project Timeline

Contact Information

View Original

Original Tender Description

The 2023 National Audit of Inpatient Falls (NAIF) report on 2022 clinical data identified that more than 60,000 people sustained a femoral fracture in England and Wales in 2022 (NHFD) due to a fall. Of these, 2,033 occurred in inpatient settings. Falls prevention services aim to reduce people's chance of falling by tackling risk factors, improving strength and balance whilst allowing people to remain well and live independently at home. The services aim to: • Provide falls support planning and risk assessments for individuals and their homes, • Develop person centred plans to maximise older people's potential for independent living, • Reduce the risks of falls and injuries by improving strength and balance, • Reduce hospital admissions as a result of falls, • Educate and raise falls prevention awareness with multi-organisations, agencies, care homes and the public, • Deliver interventions for falls preventions in both home and Residential Care settings The overall aim of the Framework Agreement is to provide Relevant Authorities with a fully compliant solution for Falls Prevention, Rehabilitation and Recovery Services to supplement the delivery of patient care in line with the NHS' core Key Performance Indicators and standards. This Framework will be formed of three Lots: Lot 1 - Falls prevention services Lot 2 - Post fall rehabilitation and recovery services Lot 3 - Combination of all services 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. The term will be 4 years from the commencement. 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. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-061162 published on 1st October 2025.
⚠️

MANDATORY EXCLUSION GROUNDS

  • No mandatory exclusion grounds are explicitly stated in the provided tender information.

ELIGIBILITY REQUIREMENTS

  • Be a new potential Provider applying to join the existing Framework Agreement.
  • Be able to operate under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025.
  • Be capable of delivering Falls Prevention, Rehabilitation, and Recovery Services.
  • Be able to provide services to "Relevant Authorities" as defined in the tender (including combined authorities, integrated care boards, local authorities, NHS entities in England and Wales, and their successors).
  • Be capable of providing services falling under CPV category 85000000 - Health and social work services.
🔧

TECHNICAL CAPABILITY REQUIREMENTS

  • Ability to provide falls support planning and risk assessments for individuals and their homes.
  • Ability to develop person-centred plans to maximise older people's potential for independent living.
  • Ability to deliver services that reduce the risks of falls and injuries by improving strength and balance.
  • Ability to deliver services that reduce hospital admissions as a result of falls.
  • Ability to educate and raise falls prevention awareness with multi-organisations, agencies, care homes, and the public.
  • Ability to deliver interventions for falls preventions in both home and Residential Care settings.
  • Ability to provide a fully compliant solution for Falls Prevention, Rehabilitation and Recovery Services in line with the NHS' core Key Performance Indicators and standards.
  • Ability to deliver services for Lot 1: Falls prevention services.
  • Ability to deliver services for Lot 2: Post fall rehabilitation and recovery services.
  • Ability to deliver services for Lot 3: Combination of all services (falls prevention, post-fall rehabilitation, and recovery services).
  • Capability to deliver services across England and Wales.
💰

FINANCIAL REQUIREMENTS

  • No specific financial requirements are explicitly stated in the provided tender information.
📋

SUBMISSION REQUIREMENTS

  • Submit an application by the deadline of 2029-10-12T14:00:00+01:00.
  • Apply as a new potential Provider to the Framework Agreement.

Requirements Preview

Sign up to view complete requirements and analysis

AI-powered requirement analysis
Complete compliance breakdown
Strategic bidding insights
Instant eligibility check

No credit card required • Setup in 2 minutes

DOC
OCDS Record
OCDS Data007231-2026_ocds_record.json
Summary:
This tender seeks new providers for a UK-wide framework agreement offering Falls Prevention, Rehabilitation, and Recovery Services to NHS trusts and other relevant authorities.
DOC
OCDS Release Package
OCDS Data007231-2026_ocds_release.json
Summary:
This framework agreement, established under the Provider Selection Regime, invites new providers to apply for a 4-year term to deliver falls prevention, rehabilitation, and recovery services across England and Wales for various NHS and local authorities.
PDF
Official PDF Version
Administrative Documents007231-2026_official.pdf
Summary:
This is a contract notice inviting new providers to apply to an existing 4-year framework agreement for Falls Prevention, Rehabilitation, and Recovery Services, managed by COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST.
HTM
Tender Notice
Administrative Documents007231-2026.html
Summary:
This notice invites new providers to apply for a 4-year Framework Agreement to deliver Falls Prevention, Rehabilitation, and Recovery Services across England and Wales, structured into three lots.

Documents Preview

Sign up to view document summaries and analysis

AI document summaries
Key requirement extraction
Risk & compliance alerts
Strategic document insights

No credit card required • Setup in 2 minutes

66
Good

Tender Quality Score

This tender, a re-opening of an existing framework for vital health services, provides clear service descriptions but suffers from significant omissions regarding evaluation criteria and explicit financial/exclusion requirements.

Score Breakdown

Legal Compliance75/100

The tender clearly defines the legal basis under UK/Wales Provider Selection Regime Regulations, and the procedure type and CPV codes are appropriate. The extended submission period is suitable for a dynamic framework. However, the explicit absence of mandatory exclusion grounds in the provided summary is a notable gap.

Mandatory exclusion grounds are not explicitly stated in the provided tender information.
Clarity60/100

The description of services, aims, and the framework structure is clear and unambiguous. However, the complete absence of specified evaluation criteria is a major clarity issue, making it difficult for potential providers to understand how their applications will be assessed.

No evaluation criteria are specified.
Performance conditions are not detailed beyond general NHS standards.
Completeness65/100

Basic information like title, reference, organization, value, and duration is complete. However, the tender is incomplete due to the explicit absence of financial requirements, mandatory exclusion grounds, and, critically, evaluation criteria in the provided content.

No specific financial requirements are explicitly stated.
Mandatory exclusion grounds are not explicitly stated.
Fairness55/100

The requirements appear generic and not tailored, and the value is disclosed. E-procurement is enabled, promoting equal access. However, the complete lack of evaluation criteria significantly undermines fairness and transparency, as it leaves the assessment process open to subjective interpretation.

No evaluation criteria are specified, impacting transparency and objectivity.
Practicality65/100

Electronic submission is supported, and the contract duration is clearly specified. However, a direct document URL is not provided, and the exact commencement date for new providers joining the framework is not explicitly stated, which could affect planning.

No direct document URL is provided.
Exact contract start date for new providers is not explicitly stated.
Data Consistency90/100

The key fields are largely populated, and the dates are logical and consistent with the nature of a re-opened dynamic framework. There are no reported disputes or suspensions.

Liable Person field is empty.
Type and Procedure codes are empty.
Sustainability50/100

While the service itself addresses a significant social need, the tender does not explicitly incorporate broader sustainability criteria (environmental, social clauses beyond service delivery, or innovation focus) as part of the procurement process.

No explicit green procurement criteria.
No explicit social criteria beyond the inherent service benefit.

Strengths

Clear description of services and framework structure.
Explicitly states legal basis (UK/Wales PSR Regulations).
Value disclosed and E-Procurement enabled.
Requirements for eligibility and technical capability appear generic and well-defined.
Framework divided into three lots, promoting broader participation.

Concerns

Complete absence of specified evaluation criteria.
Lack of explicit mandatory exclusion grounds in the provided summary.
No specific financial requirements are explicitly stated.
Absence of explicit sustainability or innovation criteria.
No direct document URL provided.

Recommendations

1. Publish detailed evaluation criteria to ensure transparency and fairness for all applicants.
2. Clearly state all mandatory exclusion grounds and financial requirements within the tender documentation.
3. Include specific sustainability, social, and innovation criteria to align with modern procurement best practices.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Generate DocumentsReview Documents
B
Tender Quality Score
66/ 100 · Good

Tender Assistant

Ask me anything about this tender

Tender Assistant

Hello! I'm your AI assistant for this tender. I can help you understand requirements, deadlines, eligibility criteria, and provide strategic insights.

What are the main requirements?
When is the deadline?
Who is eligible to bid?

No credit card required

Setup in 2 minutes

Save with Notes