Loading page content…
Loading page content…
3 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
The scope of this framework includes the supply of single-use healthcare personal protective equipment (PPE) and associated consumables for NHS clinical settings, including but not limited to: Facemasks (Type IIR surgical masks, FFP3 respirators) Gowns (category III isolation gowns, dignity gowns) Eye Protection (full-face visors) Powered Air-Purifying Respirators (PAPRs) and accessories Fit Testing Equipment (qualitative and quantitative kits) Cape Hood Type PB 6B We seek solutions that: Provide effective infection prevention and control in healthcare environments, meeting relevant legislative standards for Medical Devices and/or PPE regulations where relevant. Ensure resilience and scalability, including surge capacity for public health emergencies and dynamic stock rotation of pandemic related stockpiling. Support a nationally coordinated stocked supply strategy, ensuring consistent availability of strategic PPE items, across the NHS. Simplify product ranges to those frequently purchased/required for the NHS, supported with robust clinical evidence, rationalising suppliers and product ranges to improve efficiency and resilience. Embed sustainability and ethical sourcing, including carbon reduction initiatives and compliance with labour standards. Address high-risk modern slavery concerns, requiring suppliers to demonstrate robust due diligence and independent third-party audits of their supply chains. Offer value for money, with periodic reopening of competition across Lots to aggregate purchasing nationally for committed annual volumes and enable continuous improvement. Provides transparency and clarity on product classification/type and intended use for protection, to reduce risk of misapplication. Offer innovation, demonstrating how products support value based procurement through whole life cost, social value, efficiency, patient and staff outcomes, supply chain and the support for adoption. Suppliers should demonstrate how their proposals achieve these outcomes, including approaches to resilience, sustainability, and ethical compliance.
£764,656,636
Contract value
The scope of the procurement is for the provision of Patient Temperature Management equipment, including but not limited to • Forced Air Warming Blankets, Gowns and Warming Units • Blood and Fluid Warming • Patient Temperature Management Equipment • Passive Blankets and Wraps • Temperature Probes and Sensors Note: For future tenders the following requirements will apply: • ISO Certification: Tenderers must have ISO 9001: 2015 or ISO 13485:2016 or Medical Device Single Audit Program (MDSAP) certification accredited by the United Kingdom Accreditation Service (UKAS) (or international equivalent) to cover all segments of the Tenderer’s and the product’s supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification'). Link for acceptable UKAS alternatives https://iaf.nu/en/accreditation-bodies/ • CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. • Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website. • Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12months of the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment and achieved Level 1 within the 12 months prior to the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenders must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances. • Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate.
£150,000,000
Contract value
Supply Chain Coordination Limited (“NHS Supply Chain”) is establishing a Framework for Total Cardiology and Vascular Solutions. The Framework covers a wide variety of products and services. Please review the specific Lot information further down this notice regarding which products are coverd under which lot. The lot structure is as follows: Lot 1: Transcatheter Structurcal Heart Lot 2: Surgical Structural Heart Lot 3: Ventricular Assist Device Lot 4: Cardiac Rhythm Management Lot 5: Electrophysiology Lot 6: Intracardiac Monitors Lot 7: Interventional Radiology Lot 8: Interventional Cardiology Lot 9: Interventional Neuroradiology Lot 10: Perfusion The Authority estimates that in the first 3 years of the Framework, the total value of purchases under it will be around £2,863,775,038.93 excluding VAT. For the full 8 year term, the anticipated value is around £11,309,057,045 excluding VAT. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of usage. The value provided are for guidance only and are not a guarantee of business with successful Tenderers. Further details about the requirements within each Lot are provided in the tender documentation located within ITT_2152. This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com// Tenderers wishing to be considered for this contract must register their expression of interest and provide additional procurement specific information (if required) through the NHS Supply Chain eProcurement portal as follows: REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered:- Click on the 'Not Registered Yet' link to access the registration page.- Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: — Login with URL https://nhssupplychain.app.jaggaer.com// . — Click on ITTs Open to All Suppliers. The Procurement Specific Questionnaire can be found in ITT_2152 alongside various Annexes of the Invitation to Tender.
£9,424,214,204.92
Contract value