Tender

Disinfection Products for use on Human Skin and Hard Surfaces

BELFAST HEALTH & SOCIAL CARE TRUST

This public procurement record has 2 releases in its history.

Tender

20 Jan 2026 at 09:58

Planning

04 Mar 2025 at 14:04

Summary of the contracting process

The procurement process is being managed by the Regional Business Services Organisation, Procurement and Logistics Service, and facilitated by the Belfast Health & Social Care Trust. The tender, titled "Disinfection Products for use on Human Skin and Hard Surfaces," falls under the industry category of "Medical equipments, pharmaceuticals and personal care products" and is located in Northern Ireland. This is an open procedure at the tender stage, with submissions due by 26th February 2026. The framework agreement, starting on 1st September 2026 and potentially extending until 2032, involves providing disinfection products to various health and governmental bodies across the region, including health trusts and emergency services.

This tender offers significant business growth opportunities, especially for companies specialising in medical equipment, disinfectants, and personal care products. Suitable candidates are those who can fulfil the product and service demands in a manner compliant with legal and technical specifications. Small to medium enterprises also stand a strong chance of competing effectively due to the framework's provisions for various competition methods. Successful bidders could benefit from contracts contributing to patient safety and service continuity, making it a lucrative offer for those with a strong record in quality control, product compatibility, and competitive pricing strategies.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Disinfection Products for use on Human Skin and Hard Surfaces

Notice Description

This tendering exercise aims at establishing a compliant and effective contract for the supply and delivery of Disinfection Products for use on Human Skin and Hard Surfaces for the region.

Lot Information

Lot 1

Renewal: This is a closed framework for 48 months, however as detailed in the Mid-Tier Award Form, there is for provision to extend the framework for periods up to an additional 18 months to facilitate an additional procurement competition.

Planning Information

This Notice seeks engagement with applicable economic operators to gather information associated with the supply/delivery of Disinfection Products for use on Human Skin and Hard Surfaces to Health and Social Care (HSC) Trusts in Northern Ireland (NI) in order to gain a better understanding of the market/options available to service HSCNI’s requirements in this area. In particular, information is sought in relation to Draft Specification of Requirements (Product/Product Range Availability), Ethical Procurement considerations and progress in relation to Sustainability/Net Zero targets. The information gathered will help inform HSCNI of market capacity/capability and assist in the development/execution of a new tendering exercise aimed at establishing a compliant and effective contract for the supply and delivery of Disinfection Products for use on Human Skin and Hard Surfaces. To this end, Business Services Organisation (BSO) Procurement and Logistics Service (PaLS), in conjunction with its HSCNI Client, intends to engage with economic operators via a Pre-Market Engagement exercise. Economic operators interested in participating in such pre-market engagement should access the ‘Disinfection Products for use on Human Skin and Hard Surfaces [5841475] - Pre-Market Engagement' opportunity via eTendersNI (https://etendersni.gov.uk/epps/home.do) at their earliest convenience, by searching for Resource ID / CfT Reference Number [5841595]. Response to the pre-market engagement is to be received as instructed by the deadline of 3pm on 25th March 2025, with any request for clarification being received as instructed no later than 12pm (noon) on 18th March 2025. Economic operators should note that this is a Pre-Market Engagement exercise (NOT a competitive tender process). The participation of an economic operator in this pre-market engagement will not constitute any contractual agreement between the respondent and the Contracting Authority/Client. An economic operator's participation, or lack of participation, in this pre-market engagement shall not impact the ability of the economic operator to participate in any resulting tender exercise. Economic operators should note that any interest indicated does not constitute a commitment to participate in any future tendering exercise.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e95f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004633-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33000000 - Medical equipments, pharmaceuticals and personal care products

Notice Value(s)

Tender Value
£12,540,000 £10M-£100M
Lots Value
£12,540,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jan 20261 months ago
Submission Deadline
26 Feb 20262 days to go
Future Notice Date
1 Jul 2025Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BELFAST HEALTH & SOCIAL CARE TRUST
Additional Buyers

BUSINESS SERVICES ORGANISATION, PROCUREMENT AND LOGISTICS SERVICE

DEPARTMENT OF HEALTH

DEPARTMENT OF JUSTICE

NI PUBLIC HEALTH AGENCY

NORTHERN HEALTH & SOCIAL CARE TRUST

NORTHERN IRELAND AMBULANCE SERVICE HSC TRUST

NORTHERN IRELAND BLOOD TRANSFUSION SERVICE

NORTHERN IRELAND FIRE AND RESCUE SERVICE

REGIONAL BUSINESS SERVICES ORGANISATION, PROCUREMENT AND LOGISTICS SERVICE

SOUTH EASTERN HEALTH & SOCIAL CARE TRUST

SOUTHERN HEALTH AND SOCIAL CARE TRUST

STRATEGIC PLANNING AND PERFORMANCE GROUP

WESTERN HEALTH & SOCIAL CARE TRUST

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BELFAST
Postcode
BT12 6HU
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
Not specified

Local Authority
Belfast
Electoral Ward
Stormont
Westminster Constituency
Belfast East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-04e95f-2026-01-20T09:58:44Z",
    "date": "2026-01-20T09:58:44Z",
    "ocid": "ocds-h6vhtk-04e95f",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWNJ-1991-NGDW",
            "name": "Regional Business Services Organisation, Procurement and Logistics Service",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWNJ-1991-NGDW"
            },
            "address": {
                "streetAddress": "77 Boucher Crescent",
                "locality": "Belfast",
                "postalCode": "BT12 6HU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "PDRandOps.sourcing@hscni.net"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            },
            "roleDetails": "BSO PaLS are both a Contracting authority and tendering on behalf of all other organisations listed"
        },
        {
            "id": "GB-PPON-PLQJ-5727-JCLR",
            "name": "Belfast Health & Social Care Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLQJ-5727-JCLR"
            },
            "address": {
                "streetAddress": "Trust Headquarters, 2nd Floor, Non Clinical Support Building, Royal Victoria Hospital",
                "locality": "Belfast",
                "postalCode": "BT12 6BA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "FinanceProcurement@belfasttrust.hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PGWQ-9948-YGNJ",
            "name": "Northern Health & Social Care Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGWQ-9948-YGNJ"
            },
            "address": {
                "streetAddress": "Holywell Hospital",
                "locality": "Antrim",
                "postalCode": "BT41 2RL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0D"
            },
            "contactPoint": {
                "email": "HRgovernance@northerntrust.hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PLGY-6381-WWWR",
            "name": "South Eastern Health & Social Care Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLGY-6381-WWWR"
            },
            "address": {
                "streetAddress": "Trust Headquarters, Ulster Hospital, Upper Newtownards Rd",
                "locality": "Belfast",
                "postalCode": "BT16 1RH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0E"
            },
            "contactPoint": {
                "email": "procurement@setrust.hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PTVW-2397-PWCT",
            "name": "Western Health & Social Care Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTVW-2397-PWCT"
            },
            "address": {
                "streetAddress": "Altnagelvin Area Hospital, Glenshane Road",
                "locality": "Derry",
                "postalCode": "BT47 6SB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0A"
            },
            "contactPoint": {
                "email": "Info.Contracts@westerntrust.hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PJCC-1957-RCGP",
            "name": "Southern Health and Social Care Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJCC-1957-RCGP"
            },
            "address": {
                "streetAddress": "Craigavon Area Hospital, 68 Lurgan Road",
                "locality": "Portadown",
                "postalCode": "BT63 5QQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN07"
            },
            "contactPoint": {
                "email": "dac@southerntrust.hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PTLM-8233-CDNV",
            "name": "Strategic planning and performance group",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTLM-8233-CDNV"
            },
            "address": {
                "streetAddress": "12-22 Linenhall Street",
                "locality": "Belfast",
                "postalCode": "BT2 8BS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "SPPG.UserAdmin@hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PLBR-6377-MHGZ",
            "name": "Northern Ireland Fire and Rescue Service",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLBR-6377-MHGZ"
            },
            "address": {
                "streetAddress": "1 Seymour Street",
                "locality": "Lisburn",
                "postalCode": "BT27 4SX",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0E"
            },
            "contactPoint": {
                "email": "NIFRSProcurement@nifrs.org"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PDNY-7965-NNDW",
            "name": "Northern Ireland Ambulance Service HSC Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDNY-7965-NNDW"
            },
            "address": {
                "streetAddress": "Site 30 Knockbracken Healthcare Park, Saintfield Road",
                "locality": "Belfast",
                "postalCode": "BT8 8SG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN0E"
            },
            "contactPoint": {
                "email": "Contracts@nias.hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PTNY-7183-GXBY",
            "name": "Northern Ireland Blood Transfusion Service",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTNY-7183-GXBY"
            },
            "address": {
                "streetAddress": "Belfast City Hospital",
                "locality": "Belfast",
                "postalCode": "BT9 7TS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "eamon.mccann@nibts.hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PMMR-4168-NYRN",
            "name": "Department of Health",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMMR-4168-NYRN"
            },
            "address": {
                "streetAddress": "Castle Buildings, Stormont",
                "locality": "Belfast",
                "postalCode": "BT4 3SQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "cpdclientcdpinfo@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PGGH-1787-BZLL",
            "name": "NI Public Health Agency",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGGH-1787-BZLL"
            },
            "address": {
                "streetAddress": "4th Floor , 12-22 Linenhall Street",
                "locality": "Belfast",
                "postalCode": "BT2 8BS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "PHA.Operations@hscni.net"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PNYR-2253-MGXT",
            "name": "Department of Justice",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNYR-2253-MGXT"
            },
            "address": {
                "streetAddress": "Block C, Castle Buildings, Stormont Estate",
                "locality": "Belfast",
                "postalCode": "BT4 3SG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "cpdclientcdpinfo@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "GB-NIR",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLQJ-5727-JCLR",
        "name": "Belfast Health & Social Care Trust"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "This Notice seeks engagement with applicable economic operators to gather information associated with the supply/delivery of Disinfection Products for use on Human Skin and Hard Surfaces to Health and Social Care (HSC) Trusts in Northern Ireland (NI) in order to gain a better understanding of the market/options available to service HSCNI's requirements in this area. In particular, information is sought in relation to Draft Specification of Requirements (Product/Product Range Availability), Ethical Procurement considerations and progress in relation to Sustainability/Net Zero targets. The information gathered will help inform HSCNI of market capacity/capability and assist in the development/execution of a new tendering exercise aimed at establishing a compliant and effective contract for the supply and delivery of Disinfection Products for use on Human Skin and Hard Surfaces. To this end, Business Services Organisation (BSO) Procurement and Logistics Service (PaLS), in conjunction with its HSCNI Client, intends to engage with economic operators via a Pre-Market Engagement exercise. Economic operators interested in participating in such pre-market engagement should access the 'Disinfection Products for use on Human Skin and Hard Surfaces [5841475] - Pre-Market Engagement' opportunity via eTendersNI (https://etendersni.gov.uk/epps/home.do) at their earliest convenience, by searching for Resource ID / CfT Reference Number [5841595]. Response to the pre-market engagement is to be received as instructed by the deadline of 3pm on 25th March 2025, with any request for clarification being received as instructed no later than 12pm (noon) on 18th March 2025. Economic operators should note that this is a Pre-Market Engagement exercise (NOT a competitive tender process). The participation of an economic operator in this pre-market engagement will not constitute any contractual agreement between the respondent and the Contracting Authority/Client. An economic operator's participation, or lack of participation, in this pre-market engagement shall not impact the ability of the economic operator to participate in any resulting tender exercise. Economic operators should note that any interest indicated does not constitute a commitment to participate in any future tendering exercise.",
                "dueDate": "2025-03-25T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "007856-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007856-2025",
                "datePublished": "2025-03-04T14:04:57Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "5841475",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Disinfection Products for use on Human Skin and Hard Surfaces",
        "description": "This tendering exercise aims at establishing a compliant and effective contract for the supply and delivery of Disinfection Products for use on Human Skin and Hard Surfaces for the region.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33000000",
                        "description": "Medical equipments, pharmaceuticals and personal care products"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "This in an unranked framework for the provision of disinfection products for use on human skin and hard surfaces to the following bodies within Northern Ireland: Belfast Health and Social Care Trust (BHSCT) South Eastern Health and Social Care Trust (SEHSCT) Northern Health and Social Care Trust (NHSCT) Southern Health and Social Care Trust (SHSCT) Western Health and Social Care Trust (WHSCT) Business Services Organisation (BSO) Regional Pharmaceutical Procurement Service (RPhPS) Northern Ireland Ambulance Service (NIAS) Northern Ireland Fire and Rescue Service (NIFRS) Northern Ireland Blood Transfusion Service (NIBTS) Public Health Agency (PHA) Department of Health, Northern Ireland (DoH(NI)) Department of Justice, Northern Ireland (DOJ(NI)) Strategic Performance Planning Group (SPPG) The Framework Agreement will operate either a Direct Call-Off system, a Partial Further Competition or a Further Competition whereby the Buyer will engage the services of the Framework Provider through a Direct Call-off or a form of further competition or both. In accordance with CP21 the Tender Assessment Methodology, all suppliers who meet the assessment criteria will be appointed to the framework. The framework does not rank suppliers, and call-off decisions will be made based on the Buyer's operational, clinical, and technical requirements: -Continuity of Patient Care: Uninterrupted service is essential for patient safety and clinical outcomes. -Unpredictable, Ad-Hoc, or Low Volume Requirements: Demand is irregular or cannot be forecasted reliably. -Product Familiarity: End-users are familiar with the product, and switching would incur disproportionate training or adaptation costs. -Device or System Compatibility: The product must be compatible with existing systems or equipment. -Patient-Specific Clinical Requirements: A clinician has determined a specific product is necessary for an individual patient's clinical needs. -Governance, quality control, and risk (e.g. standardisation, patient safety) -Price and/or cost-effectiveness."
            }
        },
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2030-08-31T23:59:59+01:00",
                    "maxExtentDate": "2032-02-29T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 15048000,
                    "amount": 12540000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "PASS/FAIL",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Compliance with Contract Scope and Specification",
                            "description": "Confirmation of compliance with the Contract requirements as stated in Schedule 2 (Specification)"
                        },
                        {
                            "type": "quality",
                            "name": "Compliance with Product Specification",
                            "description": "Confirmation of compliance with Product Specification (Annex A, Product Specification Requirements, Mid-Tier Schedule 2 (Specification))"
                        },
                        {
                            "type": "quality",
                            "name": "Provision of Product Literature",
                            "description": "Suppliers must provide the relevant product documentation for assessment by the Tender Assessment Panel during the evaluation stage. The product literature requirements are set out in Annex A Product Literature Requirements."
                        },
                        {
                            "type": "quality",
                            "name": "Availability of Product",
                            "description": "Ability to supply from Framework commencement date. Target commencement date is 01/09/2026"
                        },
                        {
                            "type": "quality",
                            "name": "Product Literature Assessment",
                            "description": "Assessment of Product Documentation by Tender Assessment Panel to verify compliance with the product specification"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Conditions of Participation - Legal and Financial 15.1 Insurances Suppliers must confirm that they will have prior to contract commencement date, the insurance as detailed within the terms and conditions of contract Schedule 22. Mandatory Requirement Pass/Fail To achieve a \"Pass\" Suppliers must confirm by answering \"Yes\" that they will have the insurance as detailed within the terms and conditions of contract Schedule 22 prior to the commencement date, a \"No\" response will result in a \"Fail\". 15.2 Insurances Suppliers must insert details of insurances already in place OR Suppliers must insert details of insurances which will be obtained following contract award (including information on how this insurance will be obtained - e.g. a quote) Mandatory Requirement Pass/Fail To achieve a \"Pass\" Suppliers must insert the details of insurance already in place OR insert the details of the insurance which will be obtained following the contract award - including information on how the insurance will be obtained, failure to do so will result in a \"Fail\". 15.3 Bank details Suppliers must insert the following bank details: the name, address and telephone number of their banker Mandatory Requirement Pass/Fail To achieve a \"Pass\" Suppliers must have provided their bank details - name, address and telephone number of their banker, failure to do so will result in a \"Fail\". 15.4 Banking History Suppliers must provide evidence to demonstrate that they have the financial capacity required for the contract. Note to Suppliers the Buyer will not be paying charges for information requested. Please furnish this by providing the following: - Account Name - Sort Code - Number of Years account has been opened. Mandatory Requirement Pass/Fail To achieve a \"Pass\" Suppliers must have provided their banking history to evidence that they have the financial capacity required for the contract, failure to do so will result in a \"Fail\". 15.5 Annual Turnover Suppliers must indicate the annual turnover of their organisation over the last 3 financial years. If their organisation is part of a group, they must give figures for both their own organisation and the group. Please provide proportional turnover figures in respect of the goods/services to which this contract relates for the previous 3 financial years Example should be presented as follows: Organisation Year Total Annual Turnover PS proportional Annual Turnover PS Mandatory Requirement Pass/Fail To achieve a \"Pass\" suppliers must have provided the annual turnover for their organisation or group (see 15.6) for the last 3 financial years, failure to do so will result in a \"Fail\". 15.6 Terms and Conditions Suppliers must confirm that they have carefully read the documents attached, titled 'Mid-Tier' Core Terms and accompanying Schedules and confirm their acceptance of these terms. Mandatory Requirement Pass/Fail To achieve a \"Pass\" Suppliers must confirm by answering \"Yes\". A \"No\" response will result in a \"Fail\". 15.7 Mid-Tier Award Form Suppliers must attach a completed Mid-Tier Award Form. Mandatory Requirement Pass/Fail To achieve a \"Pass\" Suppliers must have attached their completed Mid-Tier Award Form. Failure to do so will result in a \"Fail\"."
                        },
                        {
                            "type": "technical",
                            "description": "Conditions of Participation - Technical Ability 16.1 16.1a - 16.1c Suppliers must provide details in questions 16.1a, 16.1b and 16.1c, of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work). Mandatory Requirement Pass/Fail To achieve a \"Pass\" supplier, must have provided a minimum of one from the past three years. The named contact provided must be able to validate that the information provided in response to this question is accurate. For consortium bids, or where you have indicated that you are relying on an associated person to meet the technical ability, you must have provided relevant examples of where the associated person has delivered similar requirements. If this was not possible (e.g. the consortium is newly formed or a special purpose vehicle is to be created for this contract) then three separate examples must have been provided between the principal member(s) of the proposed consortium or members of the special purpose vehicle or sub-contractors (three examples are not required from each member), a failure to provide any relevant examples will result in a \"Fail\". Suppliers who are unable to respond to 16.1 should insert Not Applicable, but must provide a response to 16.2 16.2 Suppliers who cannot provide at least one example of previous relevant contracts held which are relevant to the requirement, must provide an explanation for this and how they meet the conditions of participation relating to technical ability in no more than 500 words e.g. your organisation is a new start-up or you have provided services in the past but not under a contract. Mandatory Requirement Pass/Fail To achieve a \"Pass\" Suppliers must have provided an explanation as to why they have been unable to provide an example of at least one previous relevant contract, and detail how they meet the conditions of participation relating to technical ability. Failure to do so will result in a \"Fail\". 16.3 Supply of Medical Devices (i) Compliance with ISO13485:2016 - Medical Devices Quality Management Systems Pass/Fail Suppliers who supply or manufacture a product classed as a medical device must confirm that the manufacturer complies with ISO13485:2016 - Medical Devices Quality Management Systems. In order to achieve a \"Pass\", Suppliers must provide a 'Yes' response, otherwise \"Fail\". If a medical device is not being supplied, Suppliers should avail of the N/A option. Supply of Medical Devices (ii) Compliance with the Medical Device supply / EU Authorised Representative Pass/Fail Suppliers must confirm that, where they intend to supply medical devices, either individually or as part of a pack, such medical devices will be released and sold onto the NI market by an appropriate EU Authorised Representative (AR), in accordance with Medical Device Regulation (EU) 2017/745 (as amended/supplemented). In order to achieve a \"Pass\", Suppliers must provide a 'Yes' response, otherwise \"Fail\". If a medical device is not being supplied, Suppliers should avail of the N/A option. 16.4 Supply of Medicinal Products Compliance with Medicines Regulations Pass/Fail To achieve a pass, Tenderers who supply or manufacture products classed as medicinal products must confirm compliance with the provision of the Medicines Acts 1968 and 1971 and the regulations made under the act and the Human Medicines Regulations 2012. In order to achieve a \"Pass\", Suppliers must provide a 'Yes' response, otherwise \"Fail\". If a medicinal product is not being supplied, Suppliers should avail of the N/A option. 16.5 Supply of Biocidal Products Compliance with Biocidal Products Regulations Pass/Fail Suppliers who supply or manufacture a product classed as a biocidal product must confirm that they comply with Biocidal Products Regulation (EU) 528/2012. In order to achieve a \"Pass\", Suppliers must provide a 'Yes' response, otherwise \"Fail\". If a biocidal product is not being supplied, Suppliers should avail of the N/A option. 16.6 Confirmation of Supplier's Manufacturing Capabilities This section only applies to those suppliers who supply or manufacture products classed as medicinal products. Suppliers must ensure the manufacture of any Products supplied under this Framework is undertaken by an organisation that holds an appropriate licence at all times (i.e. Manufacturer Authorisation (MIA) and complies with Good Manufacturing Practice (GMP)). (i) Confirmation of Product Manufacturer's Authorisation (MIA) Pass/Fail In order to achieve a \"Pass\", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a \"Fail\". (ii) Confirmation of Good Manufacturer's Practice (GMP) Pass/Fail In order to achieve a \"Pass\", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification (or a relevant Responsible Person (RP) statement) as outlined in clause 9.1 of the Schedule 2 (Specification) document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a \"Fail\". 16.7 Confirmation of Supplier's Licensing This section is only applicable to those Tenderers who distribute products classed as medicinal products. Suppliers must ensure the distribution of any Product supplied under this Framework is undertaken by an organisation that holds an appropriate licence at all times (i.e. a Manufacturer Authorisation (MIA) or Wholesale Distribution Authorisation (WDA) and, where applicable, complies with Good Distribution Practice (GDP)). (i) Confirmation of Wholesale Distribution Authorisation (WDA) Pass/Fail In order to achieve a \"Pass\", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification to demonstrate compliance with the requirements as stated (this may be a WDA certificate or evidence that distribution of a medicinal product is provided for in the MIA in the event that the manufacturer is also the distributor of the product). Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a \"Fail\". (ii) Confirmation of Good Distribution Practice (GDP) Pass/Fail In order to achieve a \"Pass\", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification (or a relevant Responsible Person (RP) statement) as outlined in clause 9.1 of the Schedule 2 (Specification) document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a \"Fail\"."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "renewal": {
                    "description": "This is a closed framework for 48 months, however as detailed in the Mid-Tier Award Form, there is for provision to extend the framework for periods up to an additional 18 months to facilitate an additional procurement competition."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-01T23:59:59+00:00"
        },
        "status": "active",
        "value": {
            "amountGross": 15048000,
            "amount": 12540000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-26T14:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-13T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-25T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "004633-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004633-2026",
                "datePublished": "2026-01-20T09:58:44Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}