Award

Provision of Prescription Hub Services (Stoma and/or Catheter) Framework

  • COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-052280

Procurement identifier (OCID): ocds-h6vhtk-058ffd

Published 29 August 2025, 9:42am



Section one: Contracting authority/entity

one.1) Name and addresses

COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST

Liverpool Road

Chester

CH21UL

Contact

Jon Hulme

Email

info@coch-cps.co.uk

Country

United Kingdom

Region code

UKD63 - Cheshire West and Chester

NHS Organisation Data Service

ocds-h6vhtk-05091a

Internet address(es)

Main address

https://www.coch.nhs.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Prescription Hub Services (Stoma and/or Catheter) Framework

Reference number

F/105/PHS/25/JH

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

This is a Provider Selection Regime (PSR) intention to award notice.

The relevant Tender Notice was 2025/S 000-017592 with OCID ocds-h6vhtk-05091a

The awarding of this framework agreement 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 Regulations 2024 d o 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 midnight at the end of 10 September 2025 to info@coch-cps.co.uk. This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR.

The award decision makers were two Senior Commercial Procurement Specialists, the Commercial Procurement Manager and the Director of Commercial Procurement Services.

The Key Criteria were:

Lot 1

• Social Value Pass/Fail 10%

• Value - Commercial Questionnaire 25%

• Quality and Innovation - 30%

• Integration, collaboration, and service sustainability - 25%

• Improving access, reducing health inequalities, and facilitating choice - 10%

Lot 2

• Social Value Pass/Fail 10%

• Value - Commercial Questionnaire 25%

• Quality and Innovation - 30%

• Integration, collaboration, and service sustainability - 25%

• Improving access, reducing health inequalities, and facilitating choice - 10%

Lot 3

• Social Value Pass/Fail 10%

• Value - Commercial Questionnaire 25%

• Quality and Innovation - 30%

• Integration, collaboration, and service sustainability - 25%

• Improving access, reducing health inequalities, and facilitating choice - 10%

Lot 4

• Social Value Pass/Fail 10%

• Value - Commercial Questionnaire 25%

• Quality and Innovation - 30%

• Integration, collaboration, and service sustainability - 25%

• Improving access, reducing health inequalities, and facilitating choice - 10%

Lot 5

• Social Value Pass/Fail 10%

• Value - Commercial Questionnaire 25%

• Quality and Innovation - 30%

• Integration, collaboration, and service sustainability - 25%

• Improving access, reducing health inequalities, and facilitating choice - 10%

The framework will be available to 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.

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 will have five Lots.

Lot 1. Stoma Prescription Service

Lot 2. Catheter Prescription Service

Lot 3. Stoma and Catheter Combined Prescription Service

Lot 4. Stoma Pre- and/or Post-Operative Care Support

Lot 5. Combined Catheter Prescription Service and Stoma Pre- and/or Post-Operative Care Support

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, new Providers may be added to this Framework during the Term of the Framework.

The Term of this Framework Agreement shall be four (4) years from the Commencement Date.

Award of a Framework Agreement does not guarantee or imply any commitment to award a Call-off Contract by any Relevant Authority.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £0.01 / Highest offer: £15,000,000 taken into consideration

two.2) Description

two.2.1) Title

Stoma Prescription Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Services relating to stoma prescriptions

two.2.11) Information about options

Options: No

two.2.14) Additional information

This notice is an intention to conclude a framework agreement using the competitive process.

The approximate lifetime value of the framework agreement is £15,000,000 Ex VAT but no commitment to award a Call-off Contract is implied or given.

two.2) Description

two.2.1) Title

Catheter Prescription Service

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Services relating to Catheter Prescriptions

two.2.11) Information about options

Options: No

two.2.14) Additional information

This notice is an intention to conclude a framework agreement using the competitive process.

The approximate lifetime value of the framework agreement is £15,000,000 Ex VAT but no commitment to award a Call-off Contract is implied or given.

two.2) Description

two.2.1) Title

Stoma and Catheter Combined Prescription Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Services relating to Stoma and Catheter Combined Prescriptions

two.2.11) Information about options

Options: No

two.2.14) Additional information

This notice is an intention to conclude a framework agreement using the competitive process.

The approximate lifetime value of the framework agreement is £15,000,000 Ex VAT but no commitment to award a Call-off Contract is implied or given.

two.2) Description

two.2.1) Title

Stoma Pre- and/or Post-Operative Care Support

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Services relating to Stoma Pre- and/or Post-Operative Care Support

two.2.11) Information about options

Options: No

two.2.14) Additional information

This notice is an intention to conclude a framework agreement using the competitive process.

The approximate lifetime value of the framework agreement is £15,000,000 Ex VAT but no commitment to award a Call-off Contract is implied or given.

two.2) Description

two.2.1) Title

Combined Catheter Prescription Service and Stoma Pre- and/or Post- Operative Care Support

Lot No

5

two.2.2) Additional CPV code(s)

  • 85100000 - Health services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)
  • UKL - Wales

two.2.4) Description of the procurement

Services relating to Combined Catheter Prescription Service and Stoma Pre- and/or Post-Operative Care Support

two.2.11) Information about options

Options: No

two.2.14) Additional information

This notice is an intention to conclude a framework agreement using the competitive process.

The approximate lifetime value of the framework agreement is £15,000,000 Ex VAT but no commitment to award a Call-off Contract is implied or given.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and The Procurement Regulations 2024 do not apply to this award.

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

Lot No

1, 2, 3, 4, and 5

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 August 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

AMCARE LIMITED

Deeside

Country

United Kingdom

NUTS code
  • UKL - Wales
Companies House

03191025

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Lowest offer: £0.01 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract/concession

Lot No

1, 2, 3, 4 and 5

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 August 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

The Bullen Healthcare Group Ltd

17-20 Glacier Buildings

Liverpool

L3 4BH

Country

United Kingdom

NUTS code
  • UKD - North West (England)
Companies House

03137456

The contractor/concessionaire is an SME

Yes

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Lowest offer: £0.01 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract/concession

Lot No

1, 2, 3, 4 and 5

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 August 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Coloplast Limited

Peterborough

Country

United Kingdom

NUTS code
  • UKH - East of England
Companies House

01094405

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Lowest offer: £0.01 / Highest offer: £15,000,000 taken into consideration


Section five. Award of contract/concession

Lot No

1, 2, 3, 4 and 5

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

29 August 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Fittleworth Medical Ltd

Littlehampton

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Companies House

01836221

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Lowest offer: £0.01 / Highest offer: £15,000,000 taken into consideration


Section six. Complementary information

six.3) Additional information

This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 and The Procurement Regulations 2024 do not apply to this award. The standstill period begins on the day after the publication of this notice. Written representations should be sent to: info@coch-cps.co.uk Representations by providers must be made to the Framework Host by midnight at the end of 10 September 2025

This framework agreement has not yet been formally concluded; this notice serves as an intention to establish the framework agreement under the PSR.

The decision was proposed by a Senior Commercial Specialist at Countess of Chester Hospital NHS Foundation Trust, and approved by the Commercial Procurement Manager and the Director of Commercial Procurement Services for Countess of Chester Hospital NHS Foundation Trust.

No conflicts of interest were detected or declared during the procurement process.

The relative importance of the key criteria that the relevant authority used to make a decision are set out in this notice. Each of the 5 Key Criteria elements were weighted in consideration of the subject-matter and with a view to securing the needs of the people who use the services, improving the quality of the services, and improving the efficiency of in the provision of the services.

The chosen providers met the selection criteria, passed the PASS/FAIL Key Criteria and met or exceeded the published required minimum total score of 60% across the remaining Key Criteria for award to the Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

Countess of Chester Hospital NHS Foundation Trust Chester

Chester

Email

info@coch-cps.co.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Representations by providers must be made to the Framework Host by midnight at the end of 10 September 2025.