This Framework was established in February 2021 to replace the previous Dynamic Purchasing System operated by Salisbury NHSFT.
This Framework operates at two levels - Level One, where any suitably qualified and eligible provider can submit details of all the apprenticeships they offer, and employers can then either direct award or, via Salisbury, conduct a further competition against their local needs. Level Two will be a smaller number of providers for a specific standard, appointed via a Further Competition, using a higher selection criteria published with each ITT.
Both levels of listing are open across all our eligible public and third sector organisations. Level Two listed providers can be selected either by employer direct award or a further competition amongst those listed.
This Requirement document covers the February 2025 final opening of the Framework and constitutes Instructions to Suppliers including mandatory requirements.
All Providers must agree to the Framework terms and conditions published as part of the Invitation to Tender (ITT) - amendments to those Terms will not be made for specific providers.
Please note the final selection of providers to award for a specific requirement is a decision for employers and this Framework does not represent a spend commitment by any organisation.
Incorrectly submitted responses will be rejected and the Trust is not obliged to offer an opportunity for suppliers to resubmit correctly.
The Framework enters an extension period from 01 April 2025 until 31 March 2027. During this time, no new suppliers will be admitted. This Opening is therefore the final opportunity for new suppliers to apply to the Framework.
Additional information: The following Contracting Authorities are entitled to place Orders:
Salisbury NHS Foundation Trust and all bodies listed within the Requirements document attached to this notice.
The Contract for maintenance, repairs and emergency call out to automatic electric doors and shutters shall be a comprehensive maintenance and repair service
Supply and daily delivery of Pre-Prepared Radiopharmaceutical Kits. The service is critical to the delivery of time-sensitive diagnostic procedures, particularly those related to cancer pathways.
Due to the nature of the product- radioactive isotopes with rapid decay- the supply is geographically restricted and must adhere to extremely tight production and delivery timelines. Kits must be delivered to the Trust by 7:0 am each day, with no shelf life available, requiring a fresh supply every 24 hours to maintain operational continuity.
Procurement of 4 Airvo Units for SFT's Respiratory Department. Purchased by Charity funding (£14,256). One-off purchase as a Direct Award to Fisher & Paykel Healthcare Limited. It has been identified that there has been an increase in patients presenting to the Salisbury District Hospital NHS Foundation Trust with Respiratory illnesses. This has led to a demand on their fleet of Airvo 2 units beyond capacity. In order to remedy this they purchased an additional four units which will be sited in Laverstock, Sarum and ICU. The Airvo 2 units are the Trust standard for this device and they have 13. The Department have looked to purchase the Airvo 2 units through NHSSC, but this has not been possible as the full product range isn't provided on NHSSC, so they are therefore we proceeding with the manufacturer directly. This was a charity purchase with ongoing revenue costs supported via MDMS and the Clinical wards.
The Trust previously entered into a construction contract with a contractor (Westmade Ltd) to carry out steel reinforcement works within the hospital site. In order to decant the space needed for the work, a temporary office was hired under this contract. Once these works were completed, the Trust had a further requirement for office space to help with other internal moves relating to another project, as the office space was already in place and available, it was faster and more cost effective to keep this and continue the hire via the previous contractor until end May 2026 when the new project works will be completed.
Service/Maintenance visits incl. breakdowns to carry out a complete service and validation to the manufacturer’s
recommendation on 29 (twenty-nine) DEKO 190 Washing and Thermal Disinfection Machines (4 visits per/annum).
An under threshold competitive tender exercise was initially actioned though Dekomed were the only supplier to submit a compliant bid.
It has also been decided to put in place a 1 (one) year contract period to allow the Trust to review and evaluate future service/maintenance requirements.
The Trust has undertaken a direct call off from the HTE Legal Services Framework to appoint Hempsons LLP to provide specialist legal advisory services in support of the proposed Key Worker Accommodation disposal and long term management scheme.
A Transparency Notice will be published to declare the Trust’s intention to award the legal services contract directly to Hempsons LLP via the HTE Legal Services Framework, in line with the Procurement Act 2023 requirements.
This ensures openness and visibility of the Trust’s decision, enabling suppliers to understand the justification (specialist nature, urgency, framework compliance, and Hempsons’ relevant NHS experience).
Publishing the notice provides the required legal assurance, supports defensibility of the direct award, and demonstrates adherence to SFI and statutory transparency obligations.