Loading page content…
Loading page content…
19 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
This framework is for Polymer Products including and not limited to those listed below. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £15,853,000.00 to £16,800,000.00 in the first year 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. Estimated value over the total Framework Agreement term (including any extension options),is approximately £67,200,000.00 The Framework Agreement will be between NHS Supply Chain and the Supplier. The intended Lot Structure for this procurement is set out as follows: • Lot 1 Core Aprons • Lot 2 Clinical and Offensive Waste Bags • Lot 3 Specimen / Resealable Bags • Lot 4 PEVA Body Bags • Lot 5 Specialist Lines • Lot 6 Domestic Waste Bags • Lot 7 Unprinted Bags • Lot 8 Patient Property and Carrier Bags • Lot 9 Soluble Laundry Bags This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at https://nhssupplychain.app.jaggaer.com//Candidates 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 eTendering 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.— Select the following ITT: ITT_2202 - Polymer Products PSQ. ITT_2064 - Lot 1 Core Aprons ITT_2065 - Lot 2 Clinical and Offensive waste bags ITT_2066 - Lot 3 Specimen Bags ITT_2067 - Lot 4 Body Bags ITT_2068 - Lot 5 Specialist Lines ITT_2069 - Lot 6 Domestic Waste Bags ITT_2070 - Lot 7 Clear and Coloured Bags ITT_2072 - Lot 8 Carrier, Patient Property & Locker Bags ITT_2073 - Lot 9 Laundry bags Click on Express Interest.— If you intend to respond select Intend to Respond. Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.For any technical help with the portal please contact:Tel: 800 069 8630 or email: help_uk@jaggaer.com Please refer to Section III.1.1 for additional information.
£67,200,000
Contract value
This Framework Agreement is for the supply of Extension Sets, Intravenous and pressure monitoring accessories, including but not limited to those listed below. Precise quantities are not known. It is anticipated that initial expenditure under the Framework will be in the region of £33,500,000 to £50,000,000 in the first year 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. Estimated value over the total Framework Agreement term (including any extension options), is approximately £200,000,000. The range of products available under the framework agreement includes IV Extension sets and Intravenous accessories & Pressure monitoring accessories. The Framework Agreement will be between NHS Supply Chain and the Supplier. IV Extension sets. Intravenous Accessories Invasive Blood Pressure Monitoring Sets and Accessories.
£176,640,000
Contract value
NHS Supply Chain: Food (the “Authority”) is issuing this Invitation to Tender in connection with the competitive procurement for the appointment of Fresh Food & Food To Go (the “Procurement”). The Authority is acting as agent for and on behalf of Supply Chain Coordination Limited (“SCCL” or “NHS Supply Chain”). This procurement will include the following Lots: 1. Fresh Dairy and Bakery 2. Fresh Meat, Poultry, Fish & Meat-Free Alternatives 3. Fresh Produce 4. Food to Go - Patient Feeding Solutions 5. Food to Go - Retail Concepts
£521,310,761
Contract value
NHS Supply Chain: Food (the “Authority”) is issuing this Invitation to Tender in connection with the competitive procurement for the appointment of Fresh Food & Food To Go (the “Procurement”). The Authority is acting as agent for and on behalf of Supply Chain Coordination Limited (“SCCL” or “NHS Supply Chain”). This procurement will include the following Lots: 1. Fresh Dairy and Bakery 2. Fresh Meat, Poultry, Fish & Meat-Free Alternatives 3. Fresh Produce 4. Food to Go - Patient Feeding Solutions 5. Food to Go - Retail Concepts
£521,310,761
Contract value
NHS Supply Chain supports national diabetes services by enabling equitable access to advanced diabetes technologies, encouraging openness to innovation, and ensuring an appropriate balance between clinical outcomes, cybersecurity, interoperability, and value for money. This notice is published to inform the market and to invite suppliers to participate in preliminary market engagement in accordance with the Procurement Act 2023. NHS Supply Chain is exploring the potential establishment of an open framework agreement with a proposed duration of up to eight (8) years for the supply of insulin pumps, continuous glucose monitoring (CGM) devices, hybrid closed loop system components, and associated products and services. The proposed scope may include, but is not limited to, tethered insulin pumps, patch insulin pumps, continuous glucose monitoring devices, products contributing to the functionality of hybrid closed loop insulin delivery systems, consumables, and smart insulin pens. Precise quantities are unknown. It is anticipated that indicative expenditure in the first year may be in the region of £240,000,000 to £250,000,000 GBP (excluding VAT). This estimate is indicative only and may vary depending on the requirements of contracting authorities accessing the framework. The estimated total value over the potential eight year duration is approximately £3,000,000,000 GBP (excluding VAT). Any future framework agreement would support delivery of the NHS England Implementation Plan following the National Institute for Health and Care Excellence (NICE) Technology Appraisal TA943 – Hybrid closed loop systems for managing blood glucose levels in type 1 diabetes, published on 19 December 2023. Participation in this preliminary market engagement is voluntary and does not constitute a commitment by NHS Supply Chain to commence a procurement, to award a contract, or to include any participant in any future procurement process. Any future procurement will be conducted in accordance with the Procurement Act 2023 and published via the Find a Tender Service as appropriate. Any resulting framework agreement would be entered into between NHS Supply Chain and the appointed supplier(s)
£3,000,000,000
Contract value
NHS Supply Chain supports national diabetes services by enabling equitable access to advanced diabetes technologies, encouraging openness to innovation, and ensuring an appropriate balance between clinical outcomes, cybersecurity, interoperability, and value for money. This notice is published to inform the market and to invite suppliers to participate in preliminary market engagement in accordance with the Procurement Act 2023. NHS Supply Chain is exploring the potential establishment of an open framework agreement with a proposed duration of up to eight (8) years for the supply of insulin pumps, continuous glucose monitoring (CGM) devices, hybrid closed loop system components, and associated products and services. The proposed scope may include, but is not limited to, tethered insulin pumps, patch insulin pumps, continuous glucose monitoring devices, products contributing to the functionality of hybrid closed loop insulin delivery systems, consumables, and smart insulin pens. Precise quantities are unknown. It is anticipated that indicative expenditure in the first year may be in the region of £240,000,000 to £250,000,000 GBP (excluding VAT). This estimate is indicative only and may vary depending on the requirements of contracting authorities accessing the framework. The estimated total value over the potential eight year duration is approximately £3,000,000,000 GBP (excluding VAT). Any future framework agreement would support delivery of the NHS England Implementation Plan following the National Institute for Health and Care Excellence (NICE) Technology Appraisal TA943 – Hybrid closed loop systems for managing blood glucose levels in type 1 diabetes, published on 19 December 2023. Participation in this preliminary market engagement is voluntary and does not constitute a commitment by NHS Supply Chain to commence a procurement, to award a contract, or to include any participant in any future procurement process. Any future procurement will be conducted in accordance with the Procurement Act 2023 and published via the Find a Tender Service as appropriate. Any resulting framework agreement would be entered into between NHS Supply Chain and the appointed supplier(s)
£3,000,000,000
Contract value
NHS Supply Chain is preparing a national framework agreement that will support the procurement of dental consumables, clinical solutions, equipment, digital technologies, diagnostics, and practice infrastructure, structured across the following indicative lots: The following lot structure is indicative and subject to final confirmation: Lot 1: Dental Consumables & appliances Lot 2: Specialist Clinical Solutions (Implantology & Orthodontics) Lot 3: Operatory Equipment Lot 4: Dental Laboratory & Digital Solutions Lot 5: Dental Imaging & Diagnostics Lot 6: Dental Environment & Practice Building Lot 7: Mobile Units Note: For future tenders the following requirements will apply: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 certification 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 alternatives https://iaf.nu/en/accreditation-bodies/ (‘Notified 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 12 months of the Tender Publication 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): Tenderers 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.
£222,800,000
Contract value
NHS Supply Chain intends to launch a National Framework Agreement for the provision of Clinical and Sharps Waste Management, that includes the following. 1. Clinical and Sharps Bins for single use and Accessories 2. Re usable Clinical and Sharps Bins Service and Accessories 3. Waste Management Services for Clincical and Heathcare waste 4. Clinical Waste Lead Liners (Radioactive Waste Containment) 5. Sterile Single‑Use Sharps Pads & Needle Accounting Systems 6. Needle Disposal
£264,082,500
Contract value
Supply Chain Coordination Limited (“NHS Supply Chain”) is exploring options in further developing a Medical Simulation Devices & Technologies Framework. The aim is to ensure we can support our customers with simulation, immersive technologies and training aid requirements as the need for more effective and advanced training becomes ever important. Covering physical and immersive training aids. The Framework Agreement will be between Supply Chain Coordination Limited (“NHS Supply Chain”) and the Supplier. The framework will be a 2+2 duration and and outlines structure as follows however this is under review and may be amended following consultation: The framework will be divided into the following lot structure; Lot 1- Manikins and Task Trainers Covering but not limited to. Resus Basic CPR Manikins (Adult, child, and infant models), Advanced Life Support (ALS) Manikins, Task Trainers Airway Management Trainers, IV and Injection Trainers, -IV arm trainers (with palpable veins) Central line insertion trainers, Diagnostic Skills Trainers -Breast and testicular exam models, Heart and lung sound trainers, Eye and ear exam trainers. Surgical and Procedural Trainers-Suturing pads, Laparoscopic trainers, Lumbar puncture simulators. Rental Services Room rental, mobile service, manikin rental. Ultrasound and Prenatal/Postnatal Prenatal & Postnatal Simulation Training Products-Birthing Simulator, Cervical dilation modules, Clinical Female Pelvic Trainer, Episiotomy suturing kits, Ultrasound Simulation Manikins & Training Products, Postpartum haemorrhage trainers, Surgical Simulation Spinal cord injury and fixation models, Hyper-realistic surgical manikins -adult, child, senior, Surgical task tables Trauma Trauma Simulation Manikins, Multi Trauma Simulation Manikins, Casualty Simulation Kits, Moulage kits for realistic trauma injuries Lot 2 - Immersive Technology and Services Covering but not limited to- Immersive and Training Technologies, Systems and Services Virtual Reality (VR) Simulation Systems, Augmented Reality (AR) Trainers, Mixed Reality (MR) Platforms, Immersive Projection Rooms / Simulation Domes, Real time recording with feedback, Simulated EPR We are in the process of reviewing this structure and welcome engagement with suppliers as part of that review. It is anticipated that initial estimated expenditure value over the total Framework Agreement term (including any extension options) will be in the region of: • 4-year framework term option: £210m for the 4 years in total excluding VAT. • This will be a 2+2 agreement . Please note that this is an estimate only, as the final term of the Framework Agreement is still under active review during preliminary market engagement and has not yet been confirmed. The values provided may vary depending on the specific requirements of the participating bodies using the Framework. The Framework requirements will include but are not limited to: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (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 alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies') • CE Certification and Declaration of Conformity: certificates where applicable to be presented at submission stage of the tender. • Modern Slavery: Tenderers that have an annual turnover of at least £36 million must provide 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 12 months 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 a minimum of Level 1 by 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): Tenderers 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. , CRP has to be dated within the 12 months prior to tender close date. • 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 For further guidance please visit Net Zero Supply Chain and Suppliers. This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com// Candidates 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 eTendering 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 Selection Questionares (SQs) Open to All Suppliers. — Select from the following SQs — Select from the following SQ_645
£210,000,000
Contract value
Supply Chain Coordination Limited (“NHS Supply Chain”) is exploring options in further developing a Medical Simulation Devices & Technologies Framework. The aim is to ensure we can support our customers with simulation, immersive technologies and training aid requirements as the need for more effective and advanced training becomes ever important. Covering physical and immersive training aids. The Framework Agreement will be between Supply Chain Coordination Limited (“NHS Supply Chain”) and the Supplier. The framework will be a 2+2 duration and and outlines structure as follows however this is under review and may be amended following consultation: The framework will be divided into the following lot structure; Lot 1- Manikins and Task Trainers Covering but not limited to. Resus Basic CPR Manikins (Adult, child, and infant models), Advanced Life Support (ALS) Manikins, Task Trainers Airway Management Trainers, IV and Injection Trainers, -IV arm trainers (with palpable veins) Central line insertion trainers, Diagnostic Skills Trainers -Breast and testicular exam models, Heart and lung sound trainers, Eye and ear exam trainers. Surgical and Procedural Trainers-Suturing pads, Laparoscopic trainers, Lumbar puncture simulators. Rental Services Room rental, mobile service, manikin rental. Ultrasound and Prenatal/Postnatal Prenatal & Postnatal Simulation Training Products-Birthing Simulator, Cervical dilation modules, Clinical Female Pelvic Trainer, Episiotomy suturing kits, Ultrasound Simulation Manikins & Training Products, Postpartum haemorrhage trainers, Surgical Simulation Spinal cord injury and fixation models, Hyper-realistic surgical manikins -adult, child, senior, Surgical task tables Trauma Trauma Simulation Manikins, Multi Trauma Simulation Manikins, Casualty Simulation Kits, Moulage kits for realistic trauma injuries Lot 2 - Immersive Technology and Services Covering but not limited to- Immersive and Training Technologies, Systems and Services Virtual Reality (VR) Simulation Systems, Augmented Reality (AR) Trainers, Mixed Reality (MR) Platforms, Immersive Projection Rooms / Simulation Domes, Real time recording with feedback, Simulated EPR We are in the process of reviewing this structure and welcome engagement with suppliers as part of that review. It is anticipated that initial estimated expenditure value over the total Framework Agreement term (including any extension options) will be in the region of: • 4-year framework term option: £210m for the 4 years in total excluding VAT. • This will be a 2+2 agreement . Please note that this is an estimate only, as the final term of the Framework Agreement is still under active review during preliminary market engagement and has not yet been confirmed. The values provided may vary depending on the specific requirements of the participating bodies using the Framework. The Framework requirements will include but are not limited to: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (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 alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies') • CE Certification and Declaration of Conformity: certificates where applicable to be presented at submission stage of the tender. • Modern Slavery: Tenderers that have an annual turnover of at least £36 million must provide 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 12 months 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 a minimum of Level 1 by 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): Tenderers 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. , CRP has to be dated within the 12 months prior to tender close date. • 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 For further guidance please visit Net Zero Supply Chain and Suppliers.
£210,000,000
Contract value
For the supply of Procedure Packs and Medical Hollowware. Procedure Packs typically include, but shall not be limited to; drapes and gowns; swabs; blades; syringes; polyware; or any single use medical devices and consumables that are required in a specific clinical procedure. The specialist areas which these packs may be utilised in shall be but are not limited to: Cardio-vascular; Ear, Nose, and Throat (ENT); General and abdominal surgery, including laparoscopy; Obstetrics and gynaecology; Neurosurgery; Orthopaedics; Plastic surgery; Urology; Angiography; Antiseptic skin preparation; Catheterisation; Haemodialysis; Perfusion and IV. Medical Holloware - Single use and reusable stainless-steel hollowware and Reusable plastic hollowware including, but not limited to: Medicine pots (including gallipots, denture and Sputum pots); Jugs; Medicine spoons; Instrument trays; Kidney dishes; Lotion bowls; Wash bowls; Tray tags. 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 12 months prior to the Tender Close Date and shared with NHS Supply Chain Coordination via the share function on the SRS Portal: https://supplierregistration.cabinetoffice.gov.uk/login • Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment and achieved ‘Level One’ or above within 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): Tenderers 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.
£212,454,000
Contract value
NHS Supply Chain intends to launch a National Framework Agreement for the provision of Diagnostic and Capital Equipment and Related Accessories and Services, that includes the following: Patient Monitoring Equipment Anaesthesia Equipment Ventilator Equipment Neonatal Equipment Adult Phototherapy Devices Electrosurgical Equipment Medical Lasers Architectural Surgical Medical Systems Stretcher, Trolleys and Patient Transfer Equipment Operating and Mobile Interventional Radiology Tables Electrocardiograph (ECG) Devices and Management Systems Ambulatory Monitoring, Wearable Recorder Devices and Related Services Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems Radiotherapy Treatment Systems and IT Radiotherapy Ancillary Devices Including Dosimetry, Patient Positioning And Quality Assurance Devices Nuclear Medicine Bladder Scanners Specimen Cabinets Brachytherapy Seeds Selective Internal Radiation Therapy (SIRT) Surgical Robotic Equipment Specialist Robots Surgical Navigation Systems Respiratory and Thoracic Scopes Gastrointestinal (GI) Scopes Ear, Nose and Throat (ENT) Scopes Urology/ Gynaecology Scopes General Laparoscopy Scopes Arthroscopy Scopes Camera Stacks Specialist Scopes Endoscopy Decontamination Equipment Centralised Decontamination Equipment Water Treatment Imaging Ultrasound Fusion Biopsies Non-Imaging Ultrasound CT Scanners MRI scanners Fluoroscopy Mobile Image Intensifiers Contrast Injectors Lithotripsy Mammography Imaging Systems DEXA scanners Mobile and Static X-ray Systems Clinical and Pathology Microscopes Angiography Systems Angiography Managed Services Mobile and Relocatable Catheterisation Laboratories Wearable Radiation Protection Products In order to participate on our tenders please see our key requirements below: •ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (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 alternatives https://iaf.nu/en/accreditation-bodies/ (‘Notified 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 12 months prior to 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 (or higher) within 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 be need to have a Cyber Security Essentials Plus Certificate. •Additional information- https://www.supplychain.nhs.uk/suppliers/useful-information
£10,807,213,834.82
Contract value
Supply Chain Coordination Limited (“NHS Supply Chain”) is exploring options in developing a procurement for the provision of External Defibrillation Equipment, Consumables and Support Services. The procurement covers the supply of external defibrillation equipment, related services, and accessories, including external defibrillators, consumables and spare parts, and mechanical chest compression devices. Our aim is to support the needs of our customers and supporting whole life cost analysis by enabling the combined procurement of capital equipment and consumables. As part of this approach, External Defibrillation consumables will be removed from the Electrodes, Ultrasound Gels, Defibrillation and Related Consumables framework and incorporated into the new External Defibrillation Equipment, Consumables and Support Services 2027 agreement. This will be delivered through a phased launch, with Capital Equipment available from 2nd August 2027 and the associated Consumables transferring on 1st February 2028. 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 12 months prior to the Tender Close Date and shared with NHS Supply Chain Coordination via the share function on the SRS Portal: https://supplierregistration.cabinetoffice.gov.uk/login • Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment and achieved ‘Level One’ or above within 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): Tenderers 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.
£160,000,000
Contract value
NHS Supply Chain intends to launch a National Framework Agreement for the provision of In-Vitro Diagnostic Devices, Point of Care Testing Products & Related Pathology Services, this will include: - Pathology Managed Services - Reagent Rental Agreements - Pathology Maintenance Services - Pathology Software - Pathology Outsourced Services (Referral Testing Services) - Core Laboratory Equipment, Instruments & Consumables, to cover all pathology disciplines such as but not limited to Biochemistry, Microbiology, Immunology, Cellular Pathology, Virology, Haematology, Genomics & Molecular Testing and Reproductive Sciences - Point of Care Testing - Specimen Collection - Specimen Storage
£20,000,000,000
Contract value
NHS Supply Chain intends to launch a National Framework Agreement for the provision of In-Vitro Diagnostic Devices, Point of Care Testing Products & Related Pathology Services, this will include: - Pathology Managed Services - Reagent Rental Agreements - Pathology Maintenance Services - Pathology Software - Pathology Outsourced Services (Referral Testing Services) - Core Laboratory Equipment, Instruments & Consumables, to cover all pathology disciplines such as but not limited to Biochemistry, Microbiology, Immunology, Cellular Pathology, Virology, Haematology, Genomics & Molecular Testing and Reproductive Sciences - Point of Care Testing - Specimen Collection - Specimen Storage
£20,000,000,000
Contract value
Products and services used in Orthopaedic, Trauma and Spine procedures, including medical devices (including Orthopaedic specific equipment such as power tools), equipment management services and orthopaedic specific services. Note: For future tenders the following requirements will apply: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (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 alternatives https://iaf.nu/en/accreditation-bodies/ (‘Notified 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 Publication 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.
£3,000,000,000
Contract value