Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Countess of Chester Hospital NHS Foundation Trust
Liverpool Road
Chester
CH2 1UL
UK
E-mail: info@coch-cps.co.uk
NUTS: UK
Internet address(es)
Main address: https://www.coch.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Capital Turnkey Solutions and Community Diagnostic Centres Dynamic Purchasing System
Reference number: DPS/11/CTS/21/AB
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The Countess of Chester Hospital NHS Foundation Trust, through its Commercial Procurement Services (CPS) invites applications to join a Dynamic Purchasing System for capital turnkey solutions and community diagnostic centres.
This will comprise two Lots:
Lot 1: Capital Turnkey Solutions
Lot 2: Community Diagnostic Centres
Applications may be submitted to one or both Lots.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for one lot only
II.2) Description
Lot No: 1
II.2.1) Title
Capital Turnkey Solutions
II.2.2) Additional CPV code(s)
31000000
32000000
33000000
35000000
38000000
42000000
45000000
50000000
51000000
71000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The purchase of capital equipment often requires enabling works in order to complete a project. This Lot will offer a compliant route for Authorities to procure a turnkey solution in which one or more of the following elements would be delivered by a single supplier: equipment supply, enabling works, design and build element, facilities management and financing.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
28/02/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Community Diagnostic Centres
II.2.2) Additional CPV code(s)
31000000
33000000
45000000
50000000
51000000
71000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot provides a route for turnkey solutions for the setting up of community diagnostic centres, to move elective diagnostic tests to facilities off main hospital sites with the aim of providing quicker and easier access to a range of tests supporting earlier diagnosis, greater convenience for patients and the drive to reduce health inequalities.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
28/02/2026
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
In Tender Documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
28/02/2026
Local time: 23:59
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
https://health-family.force.com/s/Welcome
Bidding documents
Link to bidding documents
The e-procurement portal that suppliers must use to apply for this DPS has changed.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
London
UK
VI.5) Date of dispatch of this notice
29/05/2025