- Scope of the procurement
- Lot 1. Stoma Prescription Services
- 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
Section one: Contracting authority/entity
one.1) Name and addresses
COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST
Liverpool Road
Chester
CH21UL
Contact
Jon Hulme
Country
United Kingdom
Region code
UKD63 - Cheshire West and Chester
NHS Organisation Data Service
ocds-h6vhtk-05091a
Internet address(es)
Main address
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
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.