Planning

Complete Audiological Products and Services 2027 PME

SUPPLY CHAIN COORDINATION LIMITED

This public procurement record has 3 releases in its history.

Planning

01 Oct 2025 at 13:23

PlanningUpdate

30 May 2025 at 15:42

Planning

22 May 2025 at 10:55

Summary of the contracting process

SUPPLY CHAIN COORDINATION LIMITED, a sub-central government public authority based in London, is currently in the planning stage of a procurement process for the "Complete Audiological Products and Services 2027 PME" framework. This initiative aims to merge two existing frameworks into a new, comprehensive framework, including products such as hearing aids, batteries, and audiological diagnostics. The procurement, estimated to initially involve £960 million with a gross value of £1.152 billion, will cover goods categories in the medical equipment sector with framework and potential lot-based arrangements. Supplier engagement is actively sought through expressions of interest, with in-person sessions scheduled from October to December 2025. The engagement process is expected to conclude by 31 December 2025, with a formal procurement announcement anticipated around February 2026.

This procurement presents significant opportunities for businesses specialising in audiological products and services to expand their market presence within the UK healthcare sector. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are particularly encouraged to participate, given the framework’s suitability provisions. Companies with ISO and CE certifications, a valid Carbon Reduction Plan, and robust cyber security measures are well-positioned to compete. Additionally, businesses that can offer innovative solutions, bulk purchase discounts, or additional value-added services can leverage these attributes to increase their competitiveness in capturing a share of this substantial market opportunity.

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

Complete Audiological Products and Services 2027 PME

Notice Description

This framework will combine two current frameworks; 'Hearing Aids, Hearing Aid Batteries, Custom Ear Moulds and Hearing Aid Accessories' and 'Audiological Diagnostics Implantable Devices and Services' into the singular Complete Audiological Products and Services framework, which will include the CPV Classifications outlined below. Certain products within this framework agreement are classified as high-cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP) (formerly known as the High-Cost Tariff-Excluded Devices programme). Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Page 6 to 15 Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/ In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Service Devices Programme (SSDP). Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of 960,000,000 GBP, this is approximate only and the values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives. The framework agreement will be between NHS Supply Chain and the awarded supplier(s). Under the framework agreement there will be 2 different methods of supply -- one for non-direct contract products and one for direct contract products. For direct contract products the supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents. NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement. As part of its pre-tender strategy, NHS Supply Chain would like to engage with suppliers of these products as detailed in Section 6, Engagement Process, below. 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 PS36 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 12months of the Tender Publication 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

Planning Information

We are seeking to engage with interested suppliers who can supply the Goods and Services detailed in the procurement description. Suppliers can express interest in the opportunity using the following: PORTAL ACCESS -Login with URL : https://nhssupplychain.app.jaggaer.com/web/login.html -Click on "SQs Open to All Suppliers" and search for the title of the procurement: SQ_625 - Complete Audiological Products and Services EXPRESSION OF INTEREST- Click on the 'Response Form' tab. -Answer the question in the Qualification Envelope at 1.1.1-Click 'submit response. On receipt of an Expression of Interest (EOI), the Authority will issue the Supplier with a Request for Information (RFI) document, and at a later stage of pre-market engagement, the draft Specification & Product List. The RFI document and any further communication in regards of this PME activity only, will be issued via email from email address caps@supplychain.nhs.uk A series of in person drop-in workshops to be held during October and November 2025 at various locations to be confirmed. These meetings will utilise a digital booking system, via a centralised inbox caps@supplychain.nhs.uk Face to face supplier engagement meetings between September and November 2025 Potential for further clarification check ins during November and December 2025 to enable full understanding ahead of the tender document being issued. Feedback on specification and product list via a centralised inbox caps@supplychain.nhs.uk from October until December 2025 Suppliers can, at any point during the engagement period, contact the Authority to discuss the proposed procurement by way of email to caps@supplychain.nhs.uk. All meeting requests must be made and concluded before 16.00 GMT on 31 December 2025. There is no guarantee that a formal procurement process will be launched as a result of this early market engagement exercise, nor that any contract(s) will be placed. No remuneration or compensation etc will be paid to organisations who take part in this early market engagement exercise. Suppliers should take part in this process only on the basis that they fully understand and accept this position.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051d2a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/061371-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

32 - Radio, television, communication, telecommunication and related equipment

33 - Medical equipments, pharmaceuticals and personal care products

85 - Health and social work services


CPV Codes

31420000 - Primary batteries

32351300 - Audio equipment accessories

33100000 - Medical equipments

33121400 - Audiometers

33124100 - Diagnostic devices

33124130 - Diagnostic supplies

33184100 - Surgical implants

33185000 - Hearing aids

33185100 - Parts and accessories for hearing aids

33185200 - Cochlear implant

85121240 - ENT or audiologist services

Notice Value(s)

Tender Value
£960,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Oct 20254 months ago
Submission Deadline
Not specified
Future Notice Date
11 Feb 2026Expired
Award Date
Not specified
Contract Period
27 Mar 2027 - 26 Mar 2030 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SUPPLY CHAIN COORDINATION LIMITED
Contact Name
Not specified
Contact Email
caps@supplychain.nhs.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SE1 8UG
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
Not specified

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

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-051d2a-2025-10-01T14:23:06+01:00",
    "date": "2025-10-01T14:23:06+01:00",
    "ocid": "ocds-h6vhtk-051d2a",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "024656-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024656-2025",
                "datePublished": "2025-05-22T11:55:41+01:00",
                "format": "text/html"
            },
            {
                "id": "028931-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028931-2025",
                "datePublished": "2025-05-30T16:42:19+01:00",
                "format": "text/html"
            },
            {
                "id": "061371-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061371-2025",
                "datePublished": "2025-10-01T14:23:06+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We are seeking to engage with interested suppliers who can supply the Goods and Services detailed in the procurement description. Suppliers can express interest in the opportunity using the following: PORTAL ACCESS -Login with URL : https://nhssupplychain.app.jaggaer.com/web/login.html -Click on \"SQs Open to All Suppliers\" and search for the title of the procurement: SQ_625 - Complete Audiological Products and Services EXPRESSION OF INTEREST- Click on the 'Response Form' tab. -Answer the question in the Qualification Envelope at 1.1.1-Click 'submit response. On receipt of an Expression of Interest (EOI), the Authority will issue the Supplier with a Request for Information (RFI) document, and at a later stage of pre-market engagement, the draft Specification & Product List. The RFI document and any further communication in regards of this PME activity only, will be issued via email from email address caps@supplychain.nhs.uk A series of in person drop-in workshops to be held during October and November 2025 at various locations to be confirmed. These meetings will utilise a digital booking system, via a centralised inbox caps@supplychain.nhs.uk Face to face supplier engagement meetings between September and November 2025 Potential for further clarification check ins during November and December 2025 to enable full understanding ahead of the tender document being issued. Feedback on specification and product list via a centralised inbox caps@supplychain.nhs.uk from October until December 2025 Suppliers can, at any point during the engagement period, contact the Authority to discuss the proposed procurement by way of email to caps@supplychain.nhs.uk. All meeting requests must be made and concluded before 16.00 GMT on 31 December 2025. There is no guarantee that a formal procurement process will be launched as a result of this early market engagement exercise, nor that any contract(s) will be placed. No remuneration or compensation etc will be paid to organisations who take part in this early market engagement exercise. Suppliers should take part in this process only on the basis that they fully understand and accept this position.",
                "dueDate": "2025-12-31T23:59:59+00:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PLLH-1887-BMRL",
            "name": "SUPPLY CHAIN COORDINATION LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLLH-1887-BMRL"
            },
            "address": {
                "streetAddress": "Wellington House, 133-155 Waterloo Road",
                "locality": "London",
                "postalCode": "SE1 8UG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI45"
            },
            "contactPoint": {
                "email": "caps@supplychain.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.supplychain.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLLH-1887-BMRL",
        "name": "SUPPLY CHAIN COORDINATION LIMITED"
    },
    "tender": {
        "id": "Project_1611",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Complete Audiological Products and Services 2027 PME",
        "description": "This framework will combine two current frameworks; 'Hearing Aids, Hearing Aid Batteries, Custom Ear Moulds and Hearing Aid Accessories' and 'Audiological Diagnostics Implantable Devices and Services' into the singular Complete Audiological Products and Services framework, which will include the CPV Classifications outlined below. Certain products within this framework agreement are classified as high-cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP) (formerly known as the High-Cost Tariff-Excluded Devices programme). Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain. Details of the product categories currently within scope of the NHS England Specialised Service Devices Page 6 to 15 Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/ In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Service Devices Programme (SSDP). Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of 960,000,000 GBP, this is approximate only and the values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives. The framework agreement will be between NHS Supply Chain and the awarded supplier(s). Under the framework agreement there will be 2 different methods of supply -- one for non-direct contract products and one for direct contract products. For direct contract products the supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents. NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement. As part of its pre-tender strategy, NHS Supply Chain would like to engage with suppliers of these products as detailed in Section 6, Engagement Process, below. 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 PS36 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 12months of the Tender Publication 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",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33185000",
                        "description": "Hearing aids"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33185100",
                        "description": "Parts and accessories for hearing aids"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31420000",
                        "description": "Primary batteries"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33100000",
                        "description": "Medical equipments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33184100",
                        "description": "Surgical implants"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33185200",
                        "description": "Cochlear implant"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32351300",
                        "description": "Audio equipment accessories"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33121400",
                        "description": "Audiometers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33124100",
                        "description": "Diagnostic devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33124130",
                        "description": "Diagnostic supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121240",
                        "description": "ENT or audiologist services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-03-27T00:00:00+00:00",
                    "endDate": "2030-03-26T23:59:59+00:00",
                    "maxExtentDate": "2035-03-26T23:59:59+01:00"
                },
                "status": "planned",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "hasRenewal": true
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-11T23:59:59+00:00"
        },
        "status": "planned",
        "amendments": [
            {
                "id": "028931-2025",
                "description": "In contracting authority the email address has changed."
            }
        ],
        "value": {
            "amountGross": 1152000000,
            "amount": 960000000,
            "currency": "GBP"
        },
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        }
    },
    "language": "en"
}