
Market Leads & Opportunities
United Kingdom-Manchester: Point of Care Testing: Drugs of Abuse
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2017/S 249-526021/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Not applicable
Contract award notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
NHS Shared Business Services Ltd (NHS SBS)
Halyard Court, 31 Broadway, The Quays
Manchester
Postal code: M50 2UW
United Kingdom
Contact points(s): Rabia Khan
For the attention of: Rabia Khan
Phone: +44 1612123700
Email: rabia_khan@nhs.net
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
I.2) Type of the contracting authority:
OTHER: Joint venture between The Department of Health and SopraSteria
I.3) Main activity: General public services,Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract
II.1) Description:
II.1.1) Title attributed to the contract:
Point of Care Testing: Drugs of Abuse
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Main site or location of works, place of delivery or of performance: UK-wide framework agreement
Nuts code:
II.1.3) Information about a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement.
II.1.4) Short description of the contract or purchase(s):
The aim of the project is to set up a new framework for Point of Care Testing: Drugs of Abuse, which includes both products and services, predominantly for use in mental health and acute trust settings, but with a view that there may also be interest from other public sector organisations such as HMP and police forces around the UK. The framework will cover: The provision of diagnostic test cassettes and strips for use with urine; The provision of diagnostic tests for use with oral fluid; The provision of diagnostic tests for use with hair; The provision of analysers for alcohol testing confirmation / classification testing of positive samples; Provision of Point of care analysers; Operational outsourcing of Point of care: Drugs of Abuse testing services.
II.1.5) Common procurement vocabulary (CPV):
38544000, 33696500, 33696300, 38500000, 38540000, 38434000, 33124131,
II.1.6) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.2) Total final value of contract(s):
II.2.1) Total final value of contract(s):
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated below:
1. Quality. Weighting 60
2. Price. Weighting 40
IV.2.2) Information about electronic auction:
An electronic auction has been used: NO
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority:
SBS/17/RK/KCA/9128
IV.3.2) Previous publication(s) concerning the same contract:
Contract notice
Notice number in the OJEU:
2017/S 156-324361 of 17.08.2017
Section V: Award of contract
Lot Title: Point of Care testing/screening products – Urine
Contract No: 1
Lot No: 1
Lot title: Point of Care testing/screening products – Urine
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 4
Number of offers received by electronic means: 4
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Alere Toxicology Plc
92 Park Road Milton Park, Oxfordshire
Abingdon
OX14 1RY
United Kingdom
Phone: +44 1235861483
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Urine
Contract No: 2
Lot No: 1
Lot title: Point of Care testing/screening products – Urine
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 4
Number of offers received by electronic means: 4
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Matrix Diagnostics Ltd
Unit 9 Meridian Business Park
Waltham Abbey
EN9 3BZ
United Kingdom
Phone: +44 1992762678
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Urine
Contract No: 3
Lot No: 1
Lot title: Point of Care testing/screening products – Urine
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 4
Number of offers received by electronic means: 4
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Nal von minden GmbH
Unit 4 Gibbs Reed Farm
Ticehurst
TN5 7HE
United Kingdom
Phone: +44 1580232288
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Urine
Contract No: 4
Lot No: 1
Lot title: Point of Care testing/screening products – Urine
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 4
Number of offers received by electronic means: 4
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Surescreen Diagnostics Ltd
1 Prime Parkway
Derby
DE1 3QB
United Kingdom
Phone: +44 1332365318
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Oral fluids
Contract No: 5
Lot No: 2
Lot title: Point of Care testing/screening products – Oral fluids
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Alere Toxicology Plc
92 Park Road Milton Park, Oxfordshire
Abingdon
OX14 1RY
United Kingdom
Phone: +44 1235861483
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Oral fluids
Contract No: 6
Lot No: 2
Lot title: Point of Care testing/screening products – Oral fluids
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Draeger Safety UK Ltd
Ullswater Close Blyth Riverside Business Park
Blyth
NE24 4RG
United Kingdom
Phone: +44 1670352891
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Oral fluids
Contract No: 7
Lot No: 2
Lot title: Point of Care testing/screening products – Oral fluids
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Matrix Diagnostics Ltd
Unit 9 Meridian Business Park
Waltham Abbey
EN9 3BZ
United Kingdom
Phone: +44 1992762678
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Oral fluids
Contract No: 8
Lot No: 2
Lot title: Point of Care testing/screening products – Oral fluids
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Surescreen Diagnostics Ltd
1 Prime Parkway
Derby
DE1 3QB
United Kingdom
Phone: +44 1332365318
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Hair
Contract No: 9
Lot No: 3
Lot title: Point of Care testing/screening products – Hair
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 2
Number of offers received by electronic means: 2
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Alere Toxicology Plc
92 Park Road Milton Park, Oxfordshire
Abingdon
OX14 1RY
United Kingdom
Phone: +44 1235861483
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of Care testing/screening products – Hair
Contract No: 10
Lot No: 3
Lot title: Point of Care testing/screening products – Hair
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 2
Number of offers received by electronic means: 2
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Matrix Diagnostics Ltd
Unit 9 Meridian Business Park
Waltham Abbey
EN9 3BZ
United Kingdom
Phone: +44 1992762678
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of care analysers and associated consumables
Contract No: 11
Lot No: 4
Lot title: Point of care analysers and associated consumables
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 4
Number of offers received by electronic means: 4
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Alere Toxicology PLc
92 Park Road Milton Park, Oxfordshire
Abingdon
OX14 1RY
United Kingdom
Phone: +44 1235861483
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of care analysers and associated consumables
Contract No: 12
Lot No: 4
Lot title: Point of care analysers and associated consumables
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 4
Number of offers received by electronic means: 4
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Draeger Safety UK Ltd
Ullswater Close Blyth Riverside Business Park
Blyth
NE24 4RG
United Kingdom
Phone: +44 1670352891
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of care analysers and associated consumables
Contract No: 13
Lot No: 4
Lot title: Point of care analysers and associated consumables
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 4
Number of offers received by electronic means: 4
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Nal von minden GmbH
Unit 4 Gibbs Reed Farm
Ticehurst
TN5 7HE
United Kingdom
Phone: +44 1580232288
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Point of care analysers and associated consumables
Contract No: 14
Lot No: 4
Lot title: Point of care analysers and associated consumables
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 4
Number of offers received by electronic means: 4
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Randox Laboratories Ltd
55 Diamond Road Crumlin
Belfast
BT29 4QY
United Kingdom
Phone: +44 2894422413
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Alcohol testing devices, Inc. breath analysers, continuous monitoring and associated consumables
Contract No: 15
Lot No: 5
Lot title: Alcohol testing devices, Inc. breath analysers, continuous monitoring and associated consumables
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Alere Toxicology Plc
92 Park Road Milton Park Oxfordshire
Abingdon
OX14 1RY
United Kingdom
Phone: +44 1235861483
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Alcohol testing devices, Inc. breath analysers, continuous monitoring and associated consumables
Contract No: 16
Lot No: 5
Lot title: Alcohol testing devices, Inc. breath analysers, continuous monitoring and associated consumables
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Draeger Safety UK Ltd
Ullswater Close Blyth Riverside Business Park
Blyth
NE24 4RG
United Kingdom
Phone: +44 1670352891
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Alcohol testing devices, Inc. breath analysers, continuous monitoring and associated consumables
Contract No: 18
Lot No: 5
Lot title: Alcohol testing devices, Inc. breath analysers, continuous monitoring and associated consumables
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Matrix Diagnostics Ltd
Unit 9 Meridian Business Park
Waltham Abbey
EN9 3BZ
United Kingdom
Phone: +44 1992762678
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Alcohol testing devices, Inc. breath analysers, continuous monitoring and associated consumables
Contract No: 18
Lot No: 5
Lot title: Alcohol testing devices, Inc. breath analysers, continuous monitoring and associated consumables
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Surescreen Diagnostics Ltd
1 Prime Parkway
Derby
DE1 3QB
United Kingdom
Phone: +44 1332365318
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Confirmation/classification testing/screening of non-negative samples
Contract No: 19
Lot No: 6
Lot title: Confirmation/classification testing/screening of non-negative samples
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 2
Number of offers received by electronic means: 2
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Alere Toxicology Plc
92 Park Road Milton Park, Oxfordshire
Abingdon
OX14 1RY
United Kingdom
Phone: +44 1235861483
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Confirmation / classification testing / screening of non-negative samples
Contract No: 20
Lot No: 6
Lot title: Confirmation / classification testing / screening of non-negative samples
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 2
Number of offers received by electronic means: 2
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Matrix Diagnostics Ltd
Unit 9 Meridian Business Park
Waltham Abbey
EN9 3BZ
United Kingdom
Phone: +44 1992762678
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Operational outsourcing of services
Contract No: 21
Lot No: 7
Lot title: Operational outsourcing of services
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 2
Number of offers received by electronic means: 2
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Alere Toxicology Plc
92 Park Road Milton Park Oxfordshire
Abingdon
OX14 1RY
United Kingdom
Phone: +44 1235861483
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Lot Title: Operational outsourcing of services
Contract No: 22
Lot No: 7
Lot title: Operational outsourcing of services
V.1) Date of contract award decision:
11.12.2017
V.2) Information about offers:
Number of offers received: 2
Number of offers received by electronic means: 2
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Matrix Diagnostics Ltd
Unit 9 Meridian Business Park
Waltham Abbey
EN9 3BZ
United Kingdom
Phone: +44 1992762678
V.4) Information on value of contract:
Total final value of the contract:
Lowest offer 1,00 and highest offer 280 000 000,00 GBP
Excluding VAT
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No
Section VI: Complementary information:
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.2) Additional information:
The duration referenced in Section II 1.4, is for the placing of orders.
The value provided in Section II 1.4, is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
The framework will be for the benefit of Public sector bodies, including any statutory and other successor organisations to any of the foregoing and in addition any other commissioners (whether alone or jointly with any other organisation), providers and regulators of NHS funded (either in whole or in part) services, including practice-based commissioning consortia, general practice commissioning consortia, NHS England (and all subnational offices, including anybody obtaining new membership to NHS Shared Business Services Ltd.
Participating Authorities.
RTV 5 Boroughs Partnership NHS Foundation Trust;
RTK Ashford and St. Peter’s Hospitals NHS Foundation Trust;
RF4 Barking, Havering and Redbridge University Hospital NHS Trust;
RQ3 Birmingham Children’s Hospital NHS Foundation Trust;
RMR Blackpool Teaching Hospitals NHS Foundation Trust;
RMC Bolton NHS Foundation Trust;
TAD Bradford District Care NHS Trust;
RAE Bradford Teaching Hospitals NHS Foundation Trust;
RY2 Bridgewater Community Healthcare NHS Trust;
NQV Bromley Healthcare Ltd.;
RV3 Central and North West London NHS Foundation Trust;
RW3 Central Manchester University Hospitals NHS Foundation Trust;
RNN Cumbria Partnership NHS Foundation Trust;
RY8 Derbyshire Community Health Services NHS Trust;
RXM Derbyshire Healthcare NHS Foundation Trust;
RP5 Doncaster and Bassetlaw Hospitals NHS Foundation Trust;
RWH East and North Hertfordshire NHS Trust;
RJN East Cheshire NHS Trust;
RXR East Lancashire Hospitals NHS Trust;
RWK East London NHS Foundation Trust;
RX9 East Midlands Ambulance Service NHS Trust;
RVR Epsom and St. Helier University Hospitals NHS Trust;
RXV Greater Manchester Mental Health NHS Foundation Trust;
RN5 Hampshire Hospitals NHS Foundation Trust;
RY4 Hertfordshire Community NHS Trust;
RWR Hertfordshire Partnership University NHS Foundation Trust;
R1F Isle of Wight NHS Trust;
RW5 Lancashire Care NHS Foundation Trust;
RXN Lancashire Teaching Hospitals NHS Foundation Trust;
RY6 Leeds Community Healthcare NHS Trust;
RGD Leeds and York Partnership NHS Foundation Trust;
RJ2 Lewisham and Greenwich NHS Trust;
RBQ Liverpool Heart and Chest Hospital NHS Foundation Trust;
NR5 Livewell Southwest (Plymouth Community Healthcare CIC);
NQ7 Medway Community Healthcare;
RW4 Mersey Care NHS Trust;
RD8 Milton Keynes Hospital NHS Foundation Trust;
T53 National Institute for Health and Care Excellence (NICE);
RVJ North Bristol NHS Trust;
NLT North Somerset Community Partnership;
RX7 North West Ambulance Service NHS Trust;
RGM Papworth Hospital NHS Foundation Trust;
RT2 Pennine Care NHS Foundation Trust;
RK9 Plymouth Hospitals NHS Trust;
RHU Portsmouth Hospitals NHS Trust;
RA2 Royal Surrey County Hospital NHS Foundation Trust;
RM3 Salford Royal NHS Foundation Trust;
RYE South Central Ambulance NHS Foundation Trust;
RYD South East Coast Ambulance Service NHS Foundation Trust;
RYF South West Ambulance Service NHS Foundation Trust;
RXG South West Yorkshire Partnership NHS Foundation Trust;
RW1 Southern Health NHS Foundation Trust;
RVY Southport and Ormskirk Hospital NHS Trust;
RBN St. Helens and Knowsley Teaching Hospitals NHS Trust;
R1E Staffordshire & Stoke on Trent Partnership NHS Trust;
RXX Surrey and Borders Partnership NHS Foundation Trust;
RTP Surrey and Sussex Healthcare NHS Trust;
RDR Sussex Community NHS Foundation Trust;
RX2 Sussex Partnership NHS Foundation Trust;
RBV The Christie Hospital NHS Foundation Trust;
RM2 University Hospital of South Manchester NHS Foundation Trust;
RHM University Hospital Southampton NHS Foundation Trust;
RA7 University Hospitals Bristol NHS Foundation Trust;
RTX University Hospitals of Morecambe Bay NHS Foundation Trust;
RWW Warrington and Halton Hospitals NHS Foundation Trust;
RA3 Weston Area Health NHS Trust;
RWG West Hertfordshire Hospitals NHS Trust;
RWP Worcestershire Acute Hospitals NHS Trust;
R1A Worcestershire Health and Care NHS Trust;
RRF Wrightington Wigan & Leigh NHS Foundation Trust;
NNV Your Healthcare Community Interest Company (CIC);
RA4 Yeovil District Hospital NHS Foundation Trust;
X24 NHS England;
00T NHS Bolton CCG;
07P NHS Brent CCG;
00V NHS Bury CCG;
09A NHS Central London (Westminster) CCG;
01H NHS Cumbria CCG;
00C NHS Darlington CCG;
00D NHS Durham Dales, Easington and Sedgefield CCG;
07W NHS Ealing CCG;
06K NHS East and North Hertfordshire CCG;
08C NHS Hammersmith & Fulham CCG;
08E NHS Harrow CCG;
00K NHS Hartlepool and Stockton-On-Tees CCG;
06N NHS Herts Valley CCG;
01D NHS Heywood, Middleton and Rochdale CCG;
08G NHS Hillingdon CCG;
07Y NHS Hounslow CCG;
14L NHS Manchester CCG;
13T NHS Newcastle Gateshead CCG;
00J NHS North Durham CCG;
99C NHS North Tyneside CCG;
00L NHS Northumberland CCG;
00Y NHS Oldham CCG;
01G NHS Salford CCG;
00M NHS South Tees CCG;
00N NHS South Tyneside CCG;
01W NHS Stockport CCG;
00P NHS Sunderland CCG;
01Y NHS Tameside and Glossop CCG;
02A NHS Trafford CCG;
T1490 NHS Trust Development Authority;
08Y NHS West London CCG;
02H NHS Wigan Borough CCG;
This list may be subject to change and may include other organisations that are SBS members.
Associated members.
In addition, the following public sector bodies will be able to use the Framework subject to the approval of NHS SBS:
Central Government Departments, Executive Agencies and NDPBs.
National Health Service (NHS) bodies, including:
Acute Trusts: ;
Clinical Commissioning Groups: ;
Mental Health Trusts: ;
Ambulance Trusts: ;
Care Trusts: ;
Area Teams: ;
Special Health Authorities: ;
Other English NHS bodies: ;
Arms Length Bodies:
The NHS Commissioning Board and other organisations involved in commissioning or overseeing General Practitioner services and GP consortia which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published in July 2010.
GP Practices: , and:
And any other provider of primary medical services:
a) Who are a party to any of the following contracts:
— General Medical Services (GMS),
— Personal Medical Services (PMS),
— Alternative Provider Medical Services (APMS) and/or.
b) Commissioned by the NHS Commissioning Board or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
Social Enterprises: @dh/@en/documents/digitalasset/dh_119228.pdf.
Local Authorities:
NHS Wales (National Health Service for Wales) including but not limited to: Welsh Health Boards, Primary care services – GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:
Other Welsh Public Bodies – Welsh Local Authorities.
NHS Scotland (National Health Service for Scotland) including but not limited to: NHS Boards, Hospitals, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:
Other Scottish Public Bodies:- Scottish Government, Scottish Local Authorities, Scottish Agencies, NDPBs, Scottish Further and Higher Education Boards, Scottish Police, Scottish Fire and Rescue, Scotland Citizens Advice, Scottish Schools and Scottish Housing Associations.
NHS Northern Ireland (National Health Service for Northern Ireland) including but not limited to: Health and Social Care Trusts, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, social care services and community services, including those provided through community health centres and mental health services:
Northern Ireland Public Bodies including Local Authorities, Schools, Police Service, Citizens Advice.
Hospices in the UK:
Local Authorities.
(agents acting on behalf of Cheltenham Borough Council)
Any commercial, not-for-profit, or other charitable entity created, controlled and financed by a local authority or authorities with regard to the provision of services captured by this framework.
Police forces and other emergency services, including fire and rescue services, the maritime and coastguard agency and other rescue authorities (a list of police authorities and fire and rescue services can be found respectively at the following:
Educational establishments Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but NOT.
Independent Schools.
Registered Social Landlords (RSLs) or Private Registered Providers of social housing (PRPs), a list of such authorities being available at:
Third Sector and Registered charities, as detailed at:
Citizens Advice in the United Kingdom:
Devolved and other administrations with the British Isles, including those detailed at: (in the case of Scotland) , and , (in the case of Wales)
Her Majesty’s prison service as detailed at
The Ministry of Defence as detailed at
Isle of Man Government Health / Public Services.
Devolved and other administrations with the British Isles, including those detailed at: (in the case of Scotland) , and , (in the case of Wales)
Her Majesty’s prison service as detailed at
The Ministry of Defence as detailed at
Isle of Man Government Health / Public Services.
In addition, private sector bodies will be able to use the Framework subject to the approval of NHS SBS.
VI.3) Procedures for appeal:
VI.3.1) Body responsible for appeal procedures:
NHS Shared Business Services
Chandlers Point Halyard Court 31, Broadway
Salford
Postal code: M50 2UW
United Kingdom
Phone: +44 1612123700
Email: rabia_khan@nhs.net
Internet address:
Body responsible for mediation procedures:
NHS Shared Business Services
United Kingdom
Internet address:
VI.3.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:The 10 day Alcatel period ran from 29 November 2017 until 8 December 2017.
VI.3.3) Service from which information about the lodging of appeals may be obtained:
NHS Shared Business Services
Chandlers Point Halyard Court 31 Broadway
Salford
Postal code: M50 2UW
United Kingdom
Phone: +44 1612123700
Email: rabia_khan@nhs.net
Internet address:
VI.4) Date of dispatch of this notice:
27.12.2017
More Opportunties
- United Kingdom-York: Provision of Stationery, Cleaning Consumables and Equipment
21 May 25
Provision of Stationery, Cleaning Consumables and Equipment estimated value of £1.2 million per annum. Full scope details are still in early development stage.> > - United Kingdom-Belfast: Annual License for EIDO Patient Information Leaflets
21 May 25
Direct Award for Annual License for EIDO Patient Information Leaflets> > - United Kingdom-Belfast: Annual License for EIDO Patient Information Leaflets
21 May 25
Direct Award for Annual License for EIDO Patient Information Leaflets> >