Notice Information
Notice Title
Category Management Service Provider Contracts for NHS Supply Chain
Notice Description
As part of the future Target Operating Model of NHS Supply Chain, the Authority sought to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement was conducted under a single procurement containing four Lots. Lot 1: Medical Consumables - Surgical Consumables and Infection Control Lot 2: Medical Consumables - Rehabilitation and Community Lot 3: Non-Medical - Food; and Lot 4: Non: Medical - Facilities (including Office Solutions) During the procurement, Lots 1 and 2 were abandoned, and Lots 3 and 4 continued through to award of contract. In accordance with Regulation 55(1)(b) of the Public Contracts Regulations 2015, the Authority advises that it did not conclude the procurement procedure for Lots 1 and 2. The procurement commenced on 11/04/2022 under Contract Notice reference 2022/S 000-009671, the decision in respect of Lot 1 and 2 was based on value for money and organisational strategy considerations. The Authority determined that it will transition the services covered by Lots 1 and 2 of the Procurement to an internal delivery model. The Authority considered that insourcing these services will better achieve the objectives of the target operating model. The Authority will therefore not be awarding any contract for Lot 1 or Lot 2 pursuant to this procurement. As outlined above, the procurement in respect of Lots 3 and 4 continued, and the Authority has awarded contracts for Lots 3 and 4 as outlined within this award notice. Each contract will be for an initial period of forty-five months (excluding the anticipated three month implementation period) and may be extended for up to an additional twenty-four months subject to achieving the relevant criteria set out in the contract. The total operative period of the contract, following implementation, shall not exceed sixty-nine months. Under the contractual arrangements, the Authority appoints Category Management Service Providers (CMSPs) to operate on behalf of NHS Supply Chain. Under the contractual agreements, the CMSPs will procure frameworks for the provision of supplies and/or services which it will make available for purchase by: 1) NHS Supply Chain, 2) any NHS Trust; 3) any other NHS entity or healthcare provider (including private organisations, primary care, community settings and social care); 4) any government department, agency, or other statutory body (including Devolved Authorities, Crown Dependencies and/or Pandemic & Emergency Planning Programmes), and/or 5) any private sector entity active in the UK healthcare sector on behalf of a public-sector organisation listed in 1) to 4) above.
Lot Information
Medical Consumables: Surgical Consumables and Infection Control
Lot 1 of this procurement has been abandoned and there will be no award for this Lot.
Options: Extension option of up to twenty-four months
Renewal: See the detail provided within II.1.4
Medical Consumables: Rehabilitation and CommunityLot 2 of this procurement has been abandoned and there will be no award for this Lot.
Options: Extension option of up to twenty-four months
Renewal: See II.1.4
Non-Medical: FoodPlease refer to the suite of Procurement Documentation
Options: Extension option of up to twenty-four months
Renewal: See II.1.4
Non-Medical: Facilities (including Office Solutions)Please refer to the suite of Procurement Documentation
Options: Extension option of up to twenty-four months
Renewal: See II.1.4
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f7c5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016428-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
66 - Financial and insurance services
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
66171000 - Financial consultancy services
75131000 - Government services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
79400000 - Business and management consultancy and related services
79410000 - Business and management consultancy services
79411000 - General management consultancy services
79418000 - Procurement consultancy services
79420000 - Management-related services
Notice Value(s)
- Tender Value
- £196,500,000 £100M-£1B
- Lots Value
- £196,500,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £53,500,000 £10M-£100M
Notice Dates
- Publication Date
- 9 Jun 20232 years ago
- Submission Deadline
- 1 Jun 2022Expired
- Future Notice Date
- 10 Apr 2022Expired
- Award Date
- 18 May 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active, Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SUPPLY CHAIN COORDINATION LIMITED
- Additional Buyers
SUPPLY CHAIN COORDINATION LIMITED (SCCL)
SUPPLY CHAIN COORDINATION LIMITED (SCCL) THE MANAGEMENT FUNCTION OF NHS SUPPLY CHAIN
- Contact Name
- Charlotte Davidson, Nneka Forrester
- Contact Email
- scclprocurement@supplychain.nhs.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 6LH
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02f7c5-2023-06-09T13:48:27+01:00",
"date": "2023-06-09T13:48:27+01:00",
"ocid": "ocds-h6vhtk-02f7c5",
"description": "As part of the future Target Operating Model of NHS Supply Chain, the Authority sought to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement was conducted under a single procurement containing four Lots. Lot 1: Medical Consumables - Surgical Consumables and Infection Control Lot 2: Medical Consumables - Rehabilitation and Community Lot 3: Non-Medical - Food; and Lot 4: Non: Medical - Facilities (including Office Solutions) During the procurement, Lots 1 and 2 were abandoned, and Lots 3 and 4 continued through to award of contract. In accordance with Regulation 55(1)(b) of the Public Contracts Regulations 2015, the Authority advises that it did not conclude the procurement procedure for Lots 1 and 2. The procurement commenced on 11/04/2022 under Contract Notice reference 2022/S 000-009671, the decision in respect of Lot 1 and 2 was based on value for money and organisational strategy considerations. The Authority determined that it will transition the services covered by Lots 1 and 2 of the Procurement to an internal delivery model. The Authority considered that insourcing these services will better achieve the objectives of the target operating model. The Authority will therefore not be awarding any contract for Lot 1 or Lot 2 pursuant to this procurement. As outlined above, the procurement in respect of Lots 3 and 4 continued, and the Authority has awarded contracts for Lots 3 and 4 as outlined within this award notice.",
"initiationType": "tender",
"tender": {
"id": "Project_1089 (Procurement commenced under Project_1061)",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Category Management Service Provider Contracts for NHS Supply Chain",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
"mainProcurementCategory": "services",
"description": "As part of the future Target Operating Model of NHS Supply Chain, the Authority sought to award contracts for the provision of category management services for each of the four defined Product Groups. The procurement was conducted under a single procurement containing four Lots. Lot 1: Medical Consumables - Surgical Consumables and Infection Control Lot 2: Medical Consumables - Rehabilitation and Community Lot 3: Non-Medical - Food; and Lot 4: Non: Medical - Facilities (including Office Solutions) During the procurement, Lots 1 and 2 were abandoned, and Lots 3 and 4 continued through to award of contract. In accordance with Regulation 55(1)(b) of the Public Contracts Regulations 2015, the Authority advises that it did not conclude the procurement procedure for Lots 1 and 2. The procurement commenced on 11/04/2022 under Contract Notice reference 2022/S 000-009671, the decision in respect of Lot 1 and 2 was based on value for money and organisational strategy considerations. The Authority determined that it will transition the services covered by Lots 1 and 2 of the Procurement to an internal delivery model. The Authority considered that insourcing these services will better achieve the objectives of the target operating model. The Authority will therefore not be awarding any contract for Lot 1 or Lot 2 pursuant to this procurement. As outlined above, the procurement in respect of Lots 3 and 4 continued, and the Authority has awarded contracts for Lots 3 and 4 as outlined within this award notice. Each contract will be for an initial period of forty-five months (excluding the anticipated three month implementation period) and may be extended for up to an additional twenty-four months subject to achieving the relevant criteria set out in the contract. The total operative period of the contract, following implementation, shall not exceed sixty-nine months. Under the contractual arrangements, the Authority appoints Category Management Service Providers (CMSPs) to operate on behalf of NHS Supply Chain. Under the contractual agreements, the CMSPs will procure frameworks for the provision of supplies and/or services which it will make available for purchase by: 1) NHS Supply Chain, 2) any NHS Trust; 3) any other NHS entity or healthcare provider (including private organisations, primary care, community settings and social care); 4) any government department, agency, or other statutory body (including Devolved Authorities, Crown Dependencies and/or Pandemic & Emergency Planning Programmes), and/or 5) any private sector entity active in the UK healthcare sector on behalf of a public-sector organisation listed in 1) to 4) above.",
"lots": [
{
"id": "1",
"description": "Lot 1 of this procurement has been abandoned and there will be no award for this Lot.",
"status": "cancelled",
"title": "Medical Consumables: Surgical Consumables and Infection Control",
"value": {
"amount": 99000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "See the detail provided within II.1.4"
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Please refer to the Evaluation Guidance provided within the suite of Procurement Documentation."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Extension option of up to twenty-four months"
},
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
},
{
"id": "2",
"title": "Medical Consumables: Rehabilitation and Community",
"description": "Lot 2 of this procurement has been abandoned and there will be no award for this Lot.",
"value": {
"amount": 44000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "See II.1.4"
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Please refer to the Evaluation Guidance which is included within the suite of Procurement Documentation"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Extension option of up to twenty-four months"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
},
{
"id": "3",
"title": "Non-Medical: Food",
"description": "Please refer to the suite of Procurement Documentation",
"value": {
"amount": 29000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "See II.1.4"
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Please refer to the Evaluation Guidance provided as part of the suite of Procurement Documentation"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Extension option of up to twenty-four months"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality Criteria/Customer Relationships",
"type": "quality",
"description": "4.2%"
},
{
"name": "Quality Criteria/Supplier Relationship Management",
"type": "quality",
"description": "6.0%"
},
{
"name": "Quality Criteria/Research & Innovation",
"type": "quality",
"description": "3.0%"
},
{
"name": "Quality Criteria/Category Strategy - Methodology",
"type": "quality",
"description": "9.0%"
},
{
"name": "Quality Criteria/Sourcing Strategy - Market & Opportunity",
"type": "quality",
"description": "9.0%"
},
{
"name": "Quality Criteria/Governance, Risk Management & Compliance",
"type": "quality",
"description": "2.4%"
},
{
"name": "Quality Criteria/Mobilisation",
"type": "quality",
"description": "4.8%"
},
{
"name": "Quality Criteria/Resourcing Skills & Experience",
"type": "quality",
"description": "4.8%"
},
{
"name": "Quality Criteria/Standard Savings",
"type": "quality",
"description": "4.8%"
},
{
"name": "Quality Criteria/Value Based Procurement",
"type": "quality",
"description": "4.8%"
},
{
"name": "Quality Criteria/Added Value",
"type": "cost",
"description": "4.8%"
},
{
"name": "Quality Criteria/Data Management & Information Security",
"type": "cost",
"description": "2.4%"
},
{
"name": "Social Value/Tackle Workforce Inequality",
"type": "cost",
"description": "3.0%"
},
{
"name": "Social Value/Supporting In-Work Progression",
"type": "cost",
"description": "3.0%"
},
{
"name": "Social Value/Improve Health & Wellbeing",
"type": "cost",
"description": "4.0%"
},
{
"name": "Cost Criteria/Target Savings & Budget Costs",
"type": "cost",
"description": "30.0%"
}
]
}
},
{
"id": "4",
"title": "Non-Medical: Facilities (including Office Solutions)",
"description": "Please refer to the suite of Procurement Documentation",
"value": {
"amount": 24500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "See II.1.4"
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Please refer to the Evaluation Guidance provided as part of the suite of Procurement Documentation"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Extension option of up to twenty-four months"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality Criteria/Customer Relationships",
"type": "quality",
"description": "4.2%"
},
{
"name": "Quality Criteria/Supplier Relationship Management",
"type": "quality",
"description": "6.0%"
},
{
"name": "Quality Criteria/Research & Innovation",
"type": "quality",
"description": "3.0%"
},
{
"name": "Quality Criteria/Category Strategy - Methodology",
"type": "quality",
"description": "9.0%"
},
{
"name": "Quality Criteria/Sourcing Strategy - Market & Opportunity",
"type": "quality",
"description": "9.0%"
},
{
"name": "Quality Criteria/Governance, Risk Management & Compliance",
"type": "quality",
"description": "2.4%"
},
{
"name": "Quality Criteria/Mobilisation",
"type": "quality",
"description": "4.8%"
},
{
"name": "Quality Criteria/Resourcing Skills & Experience",
"type": "quality",
"description": "4.8%"
},
{
"name": "Quality Criteria/Standard Savings",
"type": "quality",
"description": "4.8%"
},
{
"name": "Quality Criteria/Value Based Procurement",
"type": "quality",
"description": "4.8%"
},
{
"name": "Quality Criteria/Added Value",
"type": "cost",
"description": "4.8%"
},
{
"name": "Quality Criteria/Data Management & Information Security",
"type": "cost",
"description": "2.4%"
},
{
"name": "Social Value/Tackle Workforce Inequality",
"type": "cost",
"description": "3.0%"
},
{
"name": "Social Value/Supporting In-Work Progression",
"type": "cost",
"description": "3.0%"
},
{
"name": "Social Value/Improve Health & Wellbeing",
"type": "cost",
"description": "4.0%"
},
{
"name": "Cost Criteria/Target Savings & Budget Costs",
"type": "cost",
"description": "30.0%"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "75131000",
"description": "Government services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "UK"
}
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "75131000",
"description": "Government services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "75131000",
"description": "Government services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "66171000",
"description": "Financial consultancy services"
},
{
"scheme": "CPV",
"id": "75131000",
"description": "Government services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79420000",
"description": "Management-related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "4"
}
],
"communication": {
"futureNoticeDate": "2022-04-11T00:00:00+01:00",
"atypicalToolUrl": "https://nhssupplychain.app.jaggaer.com/"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 196500000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 4,
"awardCriteriaDetails": "The Procurement has four (4) Lots, and the Procurement has no lotting restriction. Tenderers that pass the minimum quality thresholds for each of the relevant Lots will be permitted to bid for more than one Lot. The Procurement Documentation provides details of the minimum quality thresholds, and the multi-lot evaluation methodology."
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://nhssupplychain.app.jaggaer.com/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "As stated in the suite of Procurement Documentation",
"appliesTo": [
"supplier"
]
},
{
"minimum": "Parent company or other guarantees may be required in certain circumstances. Further details will be in the Procurement Documentation"
}
]
},
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "As stated in the suite of Procurement Documentation The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"invitationDate": "2022-07-07T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2022-06-01T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false,
"reviewDetails": "The Authority incorporated a standstill period at the point information about the actual award of the contract was communicated to tenderers. That notification provided information on the award decision. The standstill period, which was for a minimum of Ten (10) calendar days, provided time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide remedies under statute for aggrieved parties. The standstill period is now complete for Lot 3 and 4."
},
"parties": [
{
"id": "GB-FTS-35040",
"name": "Supply Chain Coordination Limited (SCCL) the management function of NHS Supply Chain",
"identifier": {
"legalName": "Supply Chain Coordination Limited (SCCL) the management function of NHS Supply Chain",
"id": "10881715"
},
"address": {
"streetAddress": "Skipton House, 80 London Road",
"locality": "London",
"region": "UK",
"postalCode": "SE1 6LH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Charlotte Davidson",
"email": "SCCLProcurement@supplychain.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.sccl.nhs.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-49616",
"name": "Supply Chain Coordination Limited (SCCL)",
"identifier": {
"legalName": "Supply Chain Coordination Limited (SCCL)",
"id": "10881715"
},
"address": {
"streetAddress": "Skipton House, 80 London Road",
"locality": "London",
"region": "UK",
"postalCode": "SE1 6LH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Charlotte Davidson",
"email": "SCCLProcurement@Supplychain.nhs.uk",
"url": "https://nhssupplychain.app.jaggaer.com/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.sccl.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-49617",
"name": "NHS England & NHS Improvement",
"identifier": {
"legalName": "NHS England & NHS Improvement"
},
"address": {
"streetAddress": "Skipton House, 80 London Road",
"locality": "London",
"postalCode": "SE1 6LH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-84894",
"name": "Supply Chain Coordination Limited",
"identifier": {
"legalName": "Supply Chain Coordination Limited",
"id": "10881715"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"region": "UK",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Nneka Forrester",
"email": "SCCLProcurement@supplychain.nhs.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.sccl.nhs.uk",
"buyerProfile": "https://nhssupplychain.app.jaggaer.com/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-84895",
"name": "Foodbuy Europe Limited",
"identifier": {
"legalName": "Foodbuy Europe Limited",
"id": "03952997"
},
"address": {
"streetAddress": "Parklands Court 24 Parklands, Rubery",
"locality": "BIrmingham",
"region": "UK",
"postalCode": "B45 9PZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.foodbuy.co.uk",
"scale": "large"
}
},
{
"id": "GB-FTS-84896",
"name": "NHS North of England Commercial Procurement Collaborative, a department of Leeds and York Partnership NHS Foundation Trust",
"identifier": {
"legalName": "NHS North of England Commercial Procurement Collaborative, a department of Leeds and York Partnership NHS Foundation Trust"
},
"address": {
"streetAddress": "2150 Century Way, Thorpe Park, Leeds, West Yorkshire",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS15 8ZB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.noecpc.nhs.uk/",
"scale": "large"
}
},
{
"id": "GB-FTS-68694",
"name": "NHS England",
"identifier": {
"legalName": "NHS England"
},
"address": {
"streetAddress": "Wellington House, 133-155 Waterloo Road",
"locality": "London",
"postalCode": "SE1 8UG",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-84894",
"name": "Supply Chain Coordination Limited"
},
"language": "en",
"awards": [
{
"id": "016428-2023-N/A-1",
"relatedLots": [
"1"
],
"title": "Medical Consumables - Surgical Consumables and Infection Control",
"status": "unsuccessful",
"statusDetails": "discontinued"
},
{
"id": "016428-2023-N/A-2",
"relatedLots": [
"2"
],
"title": "Medical Consumables - Rehabilitation and Community",
"status": "unsuccessful",
"statusDetails": "discontinued"
},
{
"id": "016428-2023-1-3",
"relatedLots": [
"3"
],
"title": "Non-Medical - Food",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-84895",
"name": "Foodbuy Europe Limited"
}
]
},
{
"id": "016428-2023-2-4",
"relatedLots": [
"4"
],
"title": "Non-Medical - Facilities (including Office Solutions)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-84896",
"name": "NHS North of England Commercial Procurement Collaborative, a department of Leeds and York Partnership NHS Foundation Trust"
}
]
}
],
"contracts": [
{
"id": "016428-2023-1-3",
"awardID": "016428-2023-1-3",
"title": "Non-Medical - Food",
"status": "active",
"value": {
"amount": 29000000,
"currency": "GBP"
},
"dateSigned": "2023-05-19T00:00:00+01:00"
},
{
"id": "016428-2023-2-4",
"awardID": "016428-2023-2-4",
"title": "Non-Medical - Facilities (including Office Solutions)",
"status": "active",
"value": {
"amount": 24500000,
"currency": "GBP"
},
"dateSigned": "2023-05-19T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "3",
"value": 3
},
{
"id": "6",
"measure": "bids",
"relatedLot": "4",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "3",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "4",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 2
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "4",
"value": 2
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 1
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "4",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "3",
"value": 3
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "4",
"value": 3
}
]
}
}