NHS North of England Commercial Procurement Collaborative is inviting Suppliers, on behalf of NHS Procurement in Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS Commercial Solutions, NHS London Procurement partnership and NHS North of England Commercial Procurement Collaborative) is seeking to award for the provision of radiopharmaceuticals and associated consumables; which over its lifetime had delivered a high level of service and supply throughout its duration.
The framework will provide an one stop solution to assist Trusts with:
- nuclear medicine therapy,
- nuclear medicine diagnostic non-imaging,
- nuclear medicine diagnostic imaging.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-207693
NHS North of England Commercial Procurement Collaborative on behalf of NHS Procurement in Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS Commercial Solutions, NHS London Procurement partnership and NHS North of England Commercial Procurement Collaborative) is seeking to award the provision of radiopharmaceuticals and associated consumables; which over its lifetime had delivered a high level of service and supply throughout its duration. The framework will provide an one stop solution to assist Trusts with:<br/><br/>— nuclear medicine therapy,<br/>— nuclear medicine diagnostic non-imaging,<br/>— nuclear medicine diagnostic imaging.<br/><br/>Products to be supplied as per the categories detailed:<br/>• Lot 1 – Generators<br/>o 1a- Technetium<br/>o 1b- Gallium<br/>o 1c- Krypton<br/>o 1d- Any other items<br/><br/>• Lot 2 - Agents (kits), iodine therapy capsules, isotopes and associated items<br/>o 2a- Agents (Kits)<br/>o 2b- Capsules, Isotopes and Associated items<br/>o 2c- Any other items<br/><br/>• Lot 3 - Ready made Radiopharmaceuticals<br/>o 3a- Ready Made Kits<br/>o 3b- Ready made kit dispensed as unit dose<br/>o 3c- All other items
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)YorkshireWAC-213983
NOE CPC wishes to award a framework agreement for the provision of Continuing Professional Development (CPD) and Educational Services, including Apprenticeships.<br/>The intention is that this framework agreement will provide a flexible vehicle to contract with providers for a range of services, which will reflect over time the needs of Participating Authorities.<br/>In addition to the obligations contained within this document, all providers to all Lots are advised, that, upon request by a Participating Authority, they may be required to share their educational quality assurance processes and inspection reports (such as OfSTED) and any actions in place as a result of inspections, and are required to support this request.<br/><br/>Please note that suppliers already appointed to this Framework Agreement under any previous reopenings are not required to re-apply. <br/><br/>Should an appointed supplier wish to bid for a Lot that they are not already appointed to, please express interest in this project.
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)YorkshireWAC-203884
As part of the recovery from the COVID pandemic, the NHS and other public sector organisations have a requirement to supplement, support and expand their own in-house capacity through use of insourced service provision.
This framework agreement provides access to a wide range of insourced service solutions to support in the delivery of compliant and high quality patient focused healthcare.
This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-195738
As part of the recovery from the COVID pandemic, the NHS and other public sector organisations have a requirement to supplement, support and expand their own in-house capacity through use of insourced service provision.<br/>This framework shall provide access to a wide range of insourced service solutions in support of the delivery of compliant and high quality patient focused healthcare. This shall include the provision of a wide range of clinical and medically related insourcing services including but not limited to; Diagnostics, Diagnostic Imaging, Cardiology, Dermatology, Endoscopy, ENT, General Surgery, Gynaecology, Ophthalmology, Orthopaedics, Physiotherapy, Urology and all other specialities and functions.<br/>A wide variety of specialisms and services in support of the provision of healthcare may be commissioned under this framework agreement, in order to provide a flexible and comprehensive solution to participating authorities.<br/><br/>*Please note that this is a re-opening of NHS Workforce Alliance Framework Agreement (RM6276)<br/>Suppliers appointed under previous published tender opportunities project reference: WA03929, C59893 and C95974 are not required to re-apply*
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)YorkshireWAC-202174
NHS North of England Commercial Procurement Collaborative on behalf of NHS Procurement in Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS Commercial Solutions, NHS London Procurement partnership and NHS North of England Commercial Procurement Collaborative) are seeking to establish a Framework Agreement for the Provision of Language Services for use by the NHS, Central Government and UK public sector bodies.
The Framework Agreement will provide the supply of language services to support delivery, either individually or as groups, to service users who speak, communicate, or read languages other than English.
The Framework will be divided into the following lots:
Lot 1a - Managed Services All other Regions
Lot 1b - Managed Services - London, South East Regions
Lot 2a - Face to Face Interpretation - All other Regions
Lot 2b - Face to Face Interpretation - London, South East Regions
Lot 3 - Telephone Interpretation - All Regions
Lot 4 - Video Interpretation (Spoken) - All Regions
Lot 5a - Non-Spoken Language Interpretation - All other Regions
Lot 5b - Non-Spoken Language Video Interpretation - London, South East Regions
Lot 6 - Written Translation Transcription & Ancillary Services - All Regions
This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login
For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-177539
NHS North of England Commercial Procurement Collaborative on behalf of NHS Procurement in Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS Commercial Solutions, NHS London Procurement partnership and NHS North of England Commercial Procurement Collaborative) are seeking to establish a Framework Agreement for the Provision of Language Services for use by the NHS, Central Government and UK public sector bodies. <br/><br/>The Framework Agreement will provide the supply of language services to support delivery, either individually or as groups, to service users who speak, communicate, or read languages other than English. <br/><br/>The Framework will be divided into the following lots:<br/><br/>Lot 1a - Managed Services All other Regions <br/>Lot 1b - Managed Services - London, South East Regions <br/>Lot 2a - Face to Face Interpretation - All other Regions <br/>Lot 2b - Face to Face Interpretation - London, South East Regions <br/>Lot 3 - Telephone Interpretation - All Regions <br/>Lot 4 - Video Interpretation (Spoken) - All Regions<br/>Lot 5a - Non-Spoken Language Interpretation - All other Regions <br/>Lot 5b - Non-Spoken Language Video Interpretation - London, South East Regions <br/>Lot 6 - Written Translation Transcription & Ancillary Services - All Regions
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)YorkshireWAC-180857
NHS North of England Commercial Procurement Collaborative on behalf of NHS Procurement in Partnership (Comprising of East of England NHS Collaborative Procurement hub, NHS Commercial Solutions, NHS London Procurement partnership and NHS North of England Commercial Procurement Collaborative) are seeking to establish a Framework Agreement for the Provision of Language Services for use by the NHS, Central Government and UK public sector bodies.
The Framework Agreement will provide the supply of language services to support delivery, either individually or as groups, to service users who speak, communicate, or read languages other than English.
The Framework will be divided into the following lots:
Lot 1a - Managed Services All other Regions
Lot 1b - Managed Services - London, South East Regions
Lot 2a - Face to Face Interpretation - All other Regions
Lot 2b - Face to Face Interpretation - London, South East Regions
Lot 3 - Telephone Interpretation - All Regions
Lot 4 - Video Interpretation (Spoken) - All Regions
Lot 5a - Non-Spoken Language Interpretation - All other Regions
Lot 5b - Non-Spoken Language Video Interpretation - London, South East Regions
Lot 6 - Written Translation Transcription & Ancillary Services - All Regions
This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login
For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-177472
NHS North of England Commercial Procurement Collaborative known as the Authority, on behalf of NHS Procurement in Partnership (four NHS Collaborative Procurement Hubs) East of England NHS Collaborative Procurement Hub; NHS London Procurement Partnership; NHS Commercial Solutions; North of England NHS Commercial Procurement Collaborative intends to put in place a Dynamic Purchasing System (DPS) for the benefit of the NHS and wider public sector for the procurement of Healthcare Non-clinical Software Systems.
The DPS will provide a compliant route to market to assist Contracting Authorities with the procurement of Non-Clinical Software Systems consisting of the following main categories:
• Healthcare Support Systems
• Data & Analytics systems
• Business Management systems
• Estates & Facilities systems
• Finance & Procurement Systems
Please refer to Annex 3 of the Invitation to Participate for full breakdown of sub-categories in scope.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-153389
To deliver a bespoke inpatient eating disorder service to a young adult outside of the usual contractual and financial framework for adult eating disorder inpatient services.
The person's complexity of presentation and current acuity levels on the units. require us to procure a bespoke option that can meet the person's treatment needs within a time-limited inpatient admission.
This ITT is issued subsequent to Prior Information Notice reference: 2023/S 000-036040.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeEast MidlandsWAC-104928
Non-exclusive framework agreement for the supply of Cleaning Equipment Supplies and Associated Products.
These shall include the following:
• Chlorine tablets, granules and dilution vessels
• Ancillary cleaning products,
• Mops,
• Cloths,
• Spill kits and pads,
• Domestic gloves,
• Electrical cleaning equipment and white goods washing,
• Domestic and dosed chemicals,
• Higher level disinfectants,
• and Cleaning software and tracking to NHS Supply Chain depots via the stocked routes, or to any other nominated location(s) in the United Kingdom and to NHS Supply Chain customer base via the e-Direct or Direct routes.
NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination LtdYorkshireWAC-87023
NOE CPC is inviting Suppliers, to provide the NHS, including but not limited to NHS Trusts, Mental Health Trusts, Community Trusts and Integrated Care Systems a compliant and cost-effective Advocacy ServicesEveryone has a legal right to advocacy and public authorities are responsible for arranging independent advocacy services to assist people making or intending to make complaints, effectively supporting individuals during assessments, care planning, safeguarding and reviews and collaborating with families, friends, carers, commissioners and providers.
Patient advocacy services are designed to support individuals in navigating the complex healthcare system, ensuring they receive appropriate care and assistance. These services can be provided by individuals, organisations, or professionals trained in advocating for patients' needs and rights.
These requirements are to be provided under six overarching Lots, listed below;
Lot One - Independent advocates for patients using Social Care Services
Lot Two - Independent Mental Capacity Advocates
Lot Three - Independent Mental Health Advocates
Lot Four - Advocacy for Adult Secure Services
Lot Five - Advocacy for Children and Young People
Lot Six - Advocacy for Health Inequalities (including, generic advocacy, women's health, black and minority ethnic groups, gypsies and travellers', unemployment, the homeless and people with terminal diagnosis)
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
NHS North Of England Commercial Procurement CollaborativeYorkshireWAC-81095
This framework agreement is split into 11 Lots covering the main waste services contracted by the NHS and wider public sector bodies. It aims to provide a compliant route to market for contracting authorities for a safe, sustainable, and efficient waste management service covering:
Lot 1A - General/Domestic Waste (Hazardous & Non-Hazardous)
Lot 1B - Food Waste
Lot 1C - WEEE Waste
Lot 2A - Healthcare Offensive Waste
Lot 2B - Healthcare Alternative Treatment
Lot 2C - Healthcare High Temperature Incineration
Lot 3 - Reusable Sharps & Related Waste
Lot 4 - Washroom Waste
Lot 5A - Confidential Shredding
Lot 5B - Secure IT (WEEE) Recycling & Recovery
Lot 5C - Uniforms & Textiles
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-384816
This framework shall have up to a maximum of 6 Suppliers who can meet the requirements of this specification.
Core Benefits (Mandatory)
• Car Leasing* (CPC Drive)
• Childcare Vouchers/directly contracted schemes and/or Tax Free Childcare as applicable (HMRC Approved)
• Technology
• Cycle to Work Scheme (HMRC Approved)
• Employee Assistance Programme (EAP)
• Payroll Giving (HMRC Approved)
• Reward and Recognition
• Gym Membership
• Financial Wellbeing including financial education. savings and access to affordable loans
• Leisure and Retail Discount including E Gift Cards/E Discount Codes
Additional Benefits (Non-Mandatory)
• May also form part of the requirement for any Participating Authority -- including but not limited to the following:
• Total Rewards Statement
• Shared Cost Additional Voluntary Contribution Schemes (SCAVC's)
• Buying and Selling of Annual Leave
• Holiday Scheme
• Eyecare Scheme
• Dental Insurance
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-380393
Non-exclusive framework agreement for the supply of Medical Healthcare Furniture and equipment direct to customers via the eDirect or Direct route to market. The range of products available under this agreement include; Medical Furniture and Equipment, Hospital Trolleys and Carts, Sackholders and Recycling Bins, Examination and treatment chairs/couches and tables, Drug and Medicine cabinets, Portering chairs, Birthing furniture and equipment, Ward and residential furniture, Challenging Environment Furniture, Multi-sensory equipment, Shelving and Racking, Bariatric Furniture, and Workstations on Wheels.
This framework agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
It is anticipated that in the first 24 months of the framework agreement the value of purchases will be circa GBP 55,040,000 and if extended the 4-year purchase value will be in the region of GBP 127,000,000 however this is approximate only and includes a forecast for growth. The values may vary depending on the requirements of those bodies purchasing under the framework agreement.
NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination LtdYorkshireWAC-70668
North of England NHS Commercial Procurement Collaborative (NOE CPC) is seeking to establish a new framework agreement for Legal Services, working in collaboration with NHS London Procurement Partnership (NHS LPP). The resulting framework will be cover a wide range of legal services, including but not limited to X, Y and Z. The framework agreement will be available for use by NHS and other public sector organisations across UK (including; England, Wales, Scotland), Northern Ireland and the Crown Dependencies. Please note, it is not intended that the resulting framework agreement will cover provision of legal services where specifically related to clinical negligence matters, which fall under the scope of NHS Resolution.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-374764
Non-exclusive framework agreement for the supply Catering Consumables and Equipment to NHS Supply Chain depots via the Stock route or direct to customers via the eDirect/Direct route to market. The ranges of products available under the framework agreement include; Disposable and re-usable plates, bowls, cups, cutlery and other consumables, Commercial Catering Equipment, Food Transportation Systems and Electronic Meal Ordering systems.
This framework agreement is for a total of 48 months. Precise quantities are unknown, it is anticipated that initial expenditure will be in the region of GBP 57,600,000 and GBP 104,200,000 throughout the duration of this framework agreement. However, this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the framework agreement.
NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination LtdYorkshireWAC-67474
NHS North of England Commercial Procurement Collaborative (NOE CPC) are establishing an accessible and valuable framework agreement for the provision of goods and service within a clean room and aseptic environment.
Lot 1 - Pharmacy Clean Room Garments
Lot 2 - Provision of mops including processing
Lot 3 - Pharmacy specific clean room consumables
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-369438
North of England Commercial Procurement Collaborative, as the Authority on behalf of NHS Workforce Alliance, intends to put in place a framework agreement for the provision of occupational health, employee assistance programmes and eye care services for use by NHS organisations.
The NHS procurement organisations which are part of NHS Workforce Alliance are NHS Commercial Solutions, East of England NHS Collaborative Procurement Hub, NHS London Procurement Partnership (LPP), NHS North of England Commercial Procurement Collaborative (NOE CPC) and Crown Commercial Service (CCS) These organisations are working together to award a framework agreement for the provision of these services for use by NHS organisations.
The aim is to provide access to a range of high-quality occupational health related services, in addition to eyecare services designed to meet the needs of the NHS that may cover, but will not be limited to Full-Service Providers, Occupational Health Services, Individual services within Occupational Health (i.e. Physiotherapy services, health screening services, counselling services, coaching services and vaccinations services), Employee Assistance Programmes and Eyecare Services.
Additional information:
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk
North of England Commercial Procurement CollaborativeYorkshireWAC-363072
Non-exclusive framework agreement for the supply of curtains, tracks and associated services to NHS Supply Chain depots via the eDirect/Direct route to market. The ranges of products available under the framework agreement include; non-antimicrobial and antimicrobial treated polypropylene curtains, flame retardant fabric curtains, blinds, wipeable curtains, track system, complementary products and other associated services (fitting, removal, recycling, tracks maintenance).
This framework agreement is for a total of 48 months. Precise quantities are unknown, It is anticipated that initial expenditure will be in the region of GBP 24,280,000 and GBP 40,200,000 throughout the duration of this framework agreement. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The values provided are for guidance only and are not a guarantee of business.
NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination LtdYorkshireWAC-50296