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

  • COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST

F14: Notice for changes or additional information

Notice identifier: 2025/S 000-055799

Procurement identifier (OCID): ocds-h6vhtk-058ffd (view related notices)

Published 11 September 2025, 12:56pm



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-058ffd

Internet address(es)

Main address

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


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.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2025/S 000-052280


Section seven. Changes

seven.1) Information to be changed or added

seven.2) Other additional information

This is a Provider Selection Regime (PSR) confirmation of establishment of a framework agreement. This framework agreement has been concluded under the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. This framework agreement has now been formally concluded using the competitive process.

The framework agreement was concluded 11/09/25

The framework agreement duration is 4 years

Total value of the procurement (excluding VAT)

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