Tender

Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs

  • NHS Black Country Integrated Care Board
  • NHS Leicester, Leicestershire and Rutland Integrated Care Board
  • NHS Derby & Derbyshire Integrated Care Board
  • NHS Nottingham and Nottinghamshire Integrated Care Board
  • NHS Shropshire, Telford and Wrekin Integrated Care Board
Show 6 more buyers Show fewer buyers
  • NHS Northamptonshire Integrated Care Board
  • NHS Lincolnshire Integrated Care Board
  • NHS Staffordshire and Stoke-on-Trent Integrated Care Board
  • NHS Birmingham and Solihull Integrated Care Board
  • NHS Herefordshire and Worcestershire Integrated Care Board
  • NHS Coventry and Warwickshire Integrated Care Board

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-085751

Procurement identifier (OCID): ocds-h6vhtk-05faea

Published 19 December 2025, 4:59pm

Last edited 23 December 2025, 11:26am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

One contracting authority is missing from the list within the contracting authority section, however was showing elsewhere in the notice.

Scope

Reference

C397215

Description

The 11 Midlands Region NHS Integrated Care Boards are inviting suitably qualified suppliers to provide Clinical Waste Collection and Disposal Services from Primary Care waste producing sites, these being General Practice (GPs) and Community Pharmacy (CP) settings across the geographical footprint of each of the 11 Midlands Region NHS Integrated Care Boards as set out in table 1.1 of Document 1 to this opportunity. These 11 ICB Commissioning organisations are separate Contracting Authorities, as listed below:

Lot 1 = NHS Birmingham and Solihull ICB

Lot 2 = NHS Black Country ICB

Lot 3 = NHS Coventry and Warwickshire ICB

Lot 4 = NHS Herefordshire and Worcestershire ICB

Lot 5 = NHS Staffordshire and Stoke-on-Trent ICB

Lot 6 = NHS Shropshire, Telford and Wrekin ICB

Lot 7 = NHS Derby and Derbyshire ICB

Lot 8 = NHS Nottingham and Nottinghamshire ICB

Lot 9 = NHS Lincolnshire ICB

Lot 10 = NHS Leicester, Leicestershire and Rutland ICB

Lot 11 = NHS Northamptonshire ICB

Each of the individual 11 ICBs are looking for a Supplier to deliver a Clinical Waste Collection and Disposal Service within their geographical area that:

1. Understands the importance of this collection service for our Waste Producer who deliver key services to the local population

2. Ensures collections are as scheduled and communicated to the GPs and Community Pharmacies with replacement consumables provided as required to Tier 1 Defined Active Waste Producers, Tier 2 Defined Pending Waste Producers and Tier 3 Undefined Pending Waste Procedures. Definitions of the Waste Provider Tiers are located in Document 5 Specification, section 5 Waste Producer Tiers.

3. Complies with regulatory requirements for safe and sustainable management of healthcare waste

4. Supports a circular economy concept of reducing, recycling and reusing waste

5. Supports the Greener NHS and the carbon reduction target

6. Supports each ICB's cost reduction target of 50% set out by NHS England

The Supplier will be required to demonstrate appropriate capability and infrastructure to enable the delivery of the service.

For specific note, the Document 1 sets out the following:

Please refer to Document 5 - Schedule 5 Service Specification, paragraph 5.5, which states that each Waste Producer is assigned a tier:

Tier 1: Defined/Active Waste Producers

Active Waste Producers are defined as Waste Producers which form the majority of the Service Requirements, and the core group of Waste Producers receiving Services.

The Supplier will be required to provide Services to all Active Waste Producers from the Services Commencement Date.

Tier 2: Defined/Pending Waste Producers

"Pending Waste Producers" are defined as Waste Producers which can be defined/detailed but are not Active Waste Producers on the Services Commencement Date because they have other existing arrangements in place. It is intended that these Waste Producers will become Active Waste Producers following during the Term in accordance with Document 5 - Specification and or Document 6 - the Contract.

The Service Requirements of Tier 2 Waste Producers will not form part of the Services until such time as the Authority notifies the Supplier that a Tier 2 Waste Producer is Active. Once a Tier 2 is designated by the Authority an Active Waste Producer, their Service Requirements shall form part of the Services. For the avoidance of doubt, no Change Control Process is required where a Tier 2 Waste Producer becomes Active and such change is solely at the discretion of the Authority.

Tier 3: Undefined/Pending Waste Producer(s)

These are other Waste Producers who have similar Service Requirements to Tier 1 and 2 Waste Producers who are unknown / undefined at the Services Commencement Date and may be added during the Term following completion of the Change Control Process (Schedule 13 of Document 6 - Contract).

Examples of Waste Producers covered within Tier 3 include, but are not limited to:

Other GP sites not included within Tier 1 and Tier 2 (as set out in Clauses 5.5.1 and 5.5.2 in Document 5 Specification) due to other existing arrangements or insufficient data available to include within the Service Requirements. This is estimated to be <1% of all GPs in England.

Community Pharmacy Influenza Vaccination Scheme waste, which responsibility for commissioning currently sits with the Waste Producer themselves. There are approximately 1700 Community Pharmacies offering this service.

Home Patients waste, i.e. any waste generated by clinicians or the patient themselves in a residential setting (e.g. diabetes sharps, home based dialysis, virtual wards). This may be collected via other NHS premises (e.g. GP/ Community Pharmacy) or the patient's own home.

Any other NHS services provided by new or existing primary care sites (e.g. Enhanced Services, pop-up clinics/vaccine sites), which are introduced during the Term. The Successful Bidder will need to anticipate possible changes to Service Requirements as NHS services evolve and change over time.

As a result of this procurement exercise, a separate contract (NHS Terms and Conditions for the Supply of Goods and Services) will be established with each Successful Bidder for each of the eleven (11) Lots as set out in table 1.7 of Document 1 ITT process overview' (which can be found in the supplier documents folder found in the Supplier Document Folders | Salesforce for this opportunity. A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).

Please note: Over the past few months, the Authority has been working on the service requirements, documentation, and process to ensure it reflects our service needs and meets the new Procurement Act 2023 (PA23). Consequently, please be aware that the documents published may differ from those previously published as part of our preliminary market engagement discussions and Bidders MUST read all the attached documentation to understanding the requirements, prior to completing the response documentation.

For specific notice, a UK3 notice (Notice identifier) 2025/S000-056062)was published 28th August 2025. However, the procedure identified has been amended in this opportunity, form a Competitive Flexible Procedure to a Open Procedure.

To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health- family.force.com/s/Welcome

Project Reference: C319725

Project Title Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs

Total value (estimated)

  • £37,200,000 excluding VAT
  • £44,640,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 July 2026 to 30 June 2032
  • Possible extension to 30 June 2036
  • 10 years

Description of possible extension:

A contract for an initial duration of 6 years will be awarded with the option for the Contracting Authority in each instance to extend for a period or periods of up to a further 4 years (maximum contract duration of 10 years).

Main procurement category

Services

CPV classifications

  • 90524100 - Clinical-waste collection services
  • 90000000 - Sewage, refuse, cleaning and environmental services
  • 90524200 - Clinical-waste disposal services

Lot constraints

Description of how multiple lots may be awarded:

Details of all 11 lots can be found by reference to - Document 1, Section 1


Lot 1. NHS Birmingham & Solihull Integrated Care Board.

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Birmingham & Solihull Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £5,150,000 excluding VAT
  • £6,180,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 10. NHS Leicester, Leicestershire and Rutland Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Leicester, Leicestershire and Rutland Integrated Care Service (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £3,710,000 excluding VAT
  • £4,452,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 11. NHS Northamptonshire Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Northamptonshire Integrated Care Service (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £2,240,000 excluding VAT
  • £2,688,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. NHS Black Country Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Black Country Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £4,670,000 excluding VAT
  • £5,604,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. NHS Coventry & Warwickshire Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Coventry & Warwickshire Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £3,440,000 excluding VAT
  • £4,128,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. NHS Herefordshire & Worcestershire Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Herefordshire & Worcestershire Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £2,300,000 excluding VAT
  • £2,760,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. NHS Staffordshire and Stoke on Trent Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Staffordshire and Stoke on Trent Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £4,450,000 excluding VAT
  • £5,340,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. NHS Shropshire, Telford & Wrekin Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Shropshire, Telford and Wrekin Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £1,690,000 excluding VAT
  • £2,028,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 7. NHS Derby & Derbyshire Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Derby & Derbyshire Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £3,820,000 excluding VAT
  • £4,584,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 8. NHS Nottingham and Nottinghamshire Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Nottingham and Nottinghamshire Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process"

Lot value (estimated)

  • £3,180,000 excluding VAT
  • £3,816,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 9. NHS Lincolnshire Integrated Care Board

Description

Clinical waste collection and disposal services for both General Practice (GP) and Community Pharmacy (CP) sites, across the geographical footprint of NHS Lincolnshire Integrated Care System (ICS).

"Estimated lot value is for the full 10 year term and are based on Tier 1 ( Active Waste Producers) and Tier 2 ( Pending Waste Producers) , these volumes will vary over the life of the contract.

This does not include Tier 3 Waste Producers as these are currently undefined and may be added at a later date following completion of the Contract Change Process".

Lot value (estimated)

  • £2,550,000 excluding VAT
  • £3,060,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Legal and financial capacity conditions of participation

Lot 1. NHS Birmingham & Solihull Integrated Care Board.

Lot 10. NHS Leicester, Leicestershire and Rutland Integrated Care Board

Lot 11. NHS Northamptonshire Integrated Care Board

Lot 2. NHS Black Country Integrated Care Board

Lot 3. NHS Coventry & Warwickshire Integrated Care Board

Lot 4. NHS Herefordshire & Worcestershire Integrated Care Board

Lot 5. NHS Staffordshire and Stoke on Trent Integrated Care Board

Lot 6. NHS Shropshire, Telford & Wrekin Integrated Care Board

Lot 7. NHS Derby & Derbyshire Integrated Care Board

Lot 8. NHS Nottingham and Nottinghamshire Integrated Care Board

Lot 9. NHS Lincolnshire Integrated Care Board

As detailed in Document 1.

Technical ability conditions of participation

Lot 1. NHS Birmingham & Solihull Integrated Care Board.

Lot 10. NHS Leicester, Leicestershire and Rutland Integrated Care Board

Lot 11. NHS Northamptonshire Integrated Care Board

Lot 2. NHS Black Country Integrated Care Board

Lot 3. NHS Coventry & Warwickshire Integrated Care Board

Lot 4. NHS Herefordshire & Worcestershire Integrated Care Board

Lot 5. NHS Staffordshire and Stoke on Trent Integrated Care Board

Lot 6. NHS Shropshire, Telford & Wrekin Integrated Care Board

Lot 7. NHS Derby & Derbyshire Integrated Care Board

Lot 8. NHS Nottingham and Nottinghamshire Integrated Care Board

Lot 9. NHS Lincolnshire Integrated Care Board

As detailed in Document 1.

Particular suitability

Lot 1. NHS Birmingham & Solihull Integrated Care Board.

Lot 10. NHS Leicester, Leicestershire and Rutland Integrated Care Board

Lot 11. NHS Northamptonshire Integrated Care Board

Lot 2. NHS Black Country Integrated Care Board

Lot 3. NHS Coventry & Warwickshire Integrated Care Board

Lot 4. NHS Herefordshire & Worcestershire Integrated Care Board

Lot 5. NHS Staffordshire and Stoke on Trent Integrated Care Board

Lot 6. NHS Shropshire, Telford & Wrekin Integrated Care Board

Lot 7. NHS Derby & Derbyshire Integrated Care Board

Lot 8. NHS Nottingham and Nottinghamshire Integrated Care Board

Lot 9. NHS Lincolnshire Integrated Care Board

Small and medium-sized enterprises (SME)


Submission

Tender submission deadline

30 January 2026, 10:00am

Submission address and any special instructions

To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome

Project Reference: C319725

Project Title Healthcare Clinical Waste Services for Primary Care: 11 Midlands Region NHS ICBs

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 July 2026

Recurring procurement

Publication date of next tender notice (estimated): 2 July 2035


Award criteria

This table displays the award criteria of the lot
Name Description Type
Technical & Quality

Details of the Evaluation Criteria are as set out in Document 1.

Quality
Environmental Measurement & Emissions Monitoring

Details of the Evaluation Criteria are as set out in Document 1.

Quality
Commercial Evaluation

Details of the Evaluation Criteria are as set out in Document 1.

Price
Social Value

Details of the Evaluation Criteria are as set out in Document 1.

Quality

Weighting description

Full details of the award criteria can be found within the procurement documents. Bidders are required to read all of the instructions prior to the completion of the documents and the Criteria set out in the Document 1 to this opportunity.


Other information

Description of risks to contract performance

Risk 1 - Volumes and values

Volumes and values of Tier 3 sites (Undefined/Pending Waste Producers) are unknown (e.g. future pandemic, patient home clinical waste). NHSE/Commissioner may require community pharmacies to provide additional services in the future.

How the risk impacts performance:

Increased capacity requirements on suppliers.

Why it can't be addressed upfront:

We cannot predict a future pandemic or policy changes that will increase volumes.

The possibility of contract modification if it happens:

A pandemic will need urgent modification to clinical waste contracts. Policy changes will also require modification.

Risk 2 - Identified Tier 2 Services

Identified Tier 2 (Defined/Pending Waste Producers) sites are not guaranteed to move to a Tier 1 (active) waste producer sites.

How the risk impacts performance:

Increased capacity requirements on suppliers.

Why it can't be addressed upfront:

We cannot predict when a Tier 2 becomes a Tier 1 waste producer.

The possibility of contract modification if it happens:

Will require a modification.

Risk 3 - Unanticipated lot/contract termination

Unanticipated lot/contract termination by a supplier. For GP the risk is contract termination, for pharmacy it is removal from the pharmaceutical list. There is also the option of contract hand back (GP) and exit from the pharmaceutical list - the latter are provider initiated and the former commissioner initiated.

How the risk impacts performance:

Decreased capacity, environmental risk of increased storage.

Why it can't be addressed upfront:

Unanticipated contract hand back by a supplier cannot be predicted.

The possibility of contract modification if it happens:

May require urgent modification.

Risk 4 - Future Legislation Change

Future legislative waste or emissions changes.

How the risk impacts performance:

May increase/decrease volumes and/or costs.

Why it can't be addressed upfront:

We cannot predict future legislative changes.

The possibility of contract modification if it happens:

May require modification.

Risk 5 - Future NHS Organisation Changes

Future NHS organisational changes (Local and/or National) due to Governmental policy.

How the risk impacts performance:

May change Authority lot/contract areas, may change Authority responsibilities.

Why it can't be addressed upfront:

Unknown Governmental future policy changes.

The possibility of contract modification if it happens:

May require novation or modifications to contracts.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

There is no need to reduce the time limits, as the Contracting Authorities are using the appropriate process timelines.


Contracting authorities

NHS Black Country Integrated Care Board

  • Public Procurement Organisation Number: PCXW-1342-CXYV

Civic Centre, St Peter's Square

Wolverhampton

WV1 1SH

United Kingdom

Region: UKG39 - Wolverhampton

Organisation type: Public authority - central government

NHS Leicester, Leicestershire and Rutland Integrated Care Board

  • Public Procurement Organisation Number: PCLY-6219-YPTV

Room G30, Pen Lloyd Building, County Hall Glenfield

Leicester

LE3 8TB

United Kingdom

Region: UKF22 - Leicestershire CC and Rutland

Organisation type: Public authority - central government

NHS Derby & Derbyshire Integrated Care Board

  • Public Procurement Organisation Number: PXJD-6284-VTGG

The Council House, First Floor, Corporation Street

Derby

DE1 2FS

United Kingdom

Region: UKF11 - Derby

Organisation type: Public authority - central government

NHS Nottingham and Nottinghamshire Integrated Care Board

  • Public Procurement Organisation Number: PZXB-5878-GBVD

Sir John Robinson House Sir John Robinson Way Arnold Nottingham

Nottingham

NG5 6DA

United Kingdom

Region: UKF16 - South Nottinghamshire

Organisation type: Public authority - central government

NHS Shropshire, Telford and Wrekin Integrated Care Board

  • Public Procurement Organisation Number: PGZQ-6523-JGTT

Wellington Civic Offices, Larkin Way, Tan Bank, Wellington

Telford

TF1 1LX

United Kingdom

Region: UKG21 - Telford and Wrekin

Organisation type: Public authority - central government

NHS Northamptonshire Integrated Care Board

  • Public Procurement Organisation Number: PWCM-9262-VJDY

Francis Crick House, Summerhouse Road, Moulton Park

Northampton

NN3 6BF

United Kingdom

Region: UKF24 - West Northamptonshire

Organisation type: Public authority - central government

NHS Lincolnshire Integrated Care Board

  • Public Procurement Organisation Number: PQRJ-5722-YJRJ

Bridge House The Point Lions Way

Sleaford

NG34 8GG

United Kingdom

Region: UKF30 - Lincolnshire

Organisation type: Public authority - central government

NHS Staffordshire and Stoke-on-Trent Integrated Care Board

  • Public Procurement Organisation Number: PMRD-4914-TDDX

1 Staffordshire Place

Stafford

ST16 2LP

United Kingdom

Region: UKG24 - Staffordshire CC

Organisation type: Public authority - central government

NHS Birmingham and Solihull Integrated Care Board

  • Public Procurement Organisation Number: PWQY-9673-JBYN

NHS Birmingham and Solihull Integrated Care Board Alpha Tower, 8th Floor, Suffolk Street Queensway

Birmingham

B1 1TT

United Kingdom

Region: UKG31 - Birmingham

Organisation type: Public authority - central government

NHS Herefordshire and Worcestershire Integrated Care Board

  • Public Procurement Organisation Number: PNMN-7243-RQRR

Kirkham House, John Comyn Drive, Perdiswell

Worcester

WR3 7NS

United Kingdom

Region: UKG12 - Worcestershire

Organisation type: Public authority - central government

NHS Coventry and Warwickshire Integrated Care Board

  • Public Procurement Organisation Number: PBZT-7637-QJTP

Westgate House Market Street

Warwick

CV34 4DE

United Kingdom

Region: UKG13 - Warwickshire

Organisation type: Public authority - central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

NHS Arden and Greater East Midlands Commissioning Support Unit

Summary of their role in this procurement: AGCSU is conducting this procurement exercise as agent for and on behalf of the principal(s) (being the Commissioner(s)) with whom the successful Suppliers will ultimately enter contracts for the supply of the Services.

  • Public Procurement Organisation Number: PLVR-6647-BVMM

Cardinal Square, 10 Nottingham Road

Derby

DE1 3QT

United Kingdom

Region: UKF11 - Derby


Contact organisation

Contact NHS Arden and Greater East Midlands Commissioning Support Unit for any enquiries.