Planning

IV Connection & Pressure monitoring

SUPPLY CHAIN COORDINATION LIMITED

This public procurement record has 3 releases in its history.

PlanningUpdate

08 Oct 2025 at 08:17

Planning

04 Aug 2025 at 09:57

Planning

22 May 2025 at 13:37

Summary of the contracting process

Supply Chain Coordination Limited, a public authority under sub-central government, based in London, is in the planning phase of a procurement process for a framework agreement titled "IV Connection & Pressure Monitoring." This procurement falls under the industry category of medical goods, focusing on IV extension sets and pressure monitoring accessories. The anticipated framework start date is 1st August 2027, with a maximum duration until 31st July 2031. Key upcoming dates include the supplier webinar and the circulation of the draft specification in December 2025, with a final feedback deadline scheduled for 4th February 2026. Interested suppliers need to express their interest by logging into the NHS Supply Chain portal, with all communication managed through the provided email contact.

This tender presents substantial opportunities for businesses involved in the manufacturing and supply of medical devices, especially those dealing with transfusion and infusion instruments. The framework agreement, with an estimated initial expenditure between £33.5 million and £50 million in its first year and up to £200 million over its term, is open to SMEs and VCSEs, indicating support for a broad spectrum of business sizes. To qualify, tenderers are required to have relevant ISO certifications, adhere to modern slavery and sustainability assessments, and ensure cyber security measures are in place. This is an excellent growth opportunity for businesses ready to meet rigorous standards and partner with NHS Supply Chain to contribute to healthcare infrastructure.

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

IV Connection & Pressure monitoring

Notice Description

This Framework Agreement is for the supply of Extension Sets, Intravenous and pressure monitoring accessories, including but not limited to those listed below. This PME notice now supersedes the original Intravenous and pressure monitoring accessories PME- Project_1608. Precise quantities are not known. It is anticipated that initial expenditure under the Framework will be in the region of PS33,500,000 to PS50,000,000 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 PS200,000,000. 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.

Planning Information

We are seeking to engage with interested suppliers who can supply the Goods 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_608 Procurement name: Project_1608 - IV Connection and Pressure Monitoring 2027 EXPRESSION OF INTEREST- Click on the 'Response Form' tab.-Answer the question in the Qualification Envelope at 1.1.1-Click 'submit. response. RFI to be sent, the RFI document will be issued via email from email, address IVTherapycontracts@supplychain.nhs.uk. Please ensure you monitor your emails for correspondence from this email address. This new RFI will supersede the original Intravenous and pressure monitoring RFI. Feedback sessions via Microsoft teams to be held with incumbent suppliers to discuss current performance, challenges, and innovation opportunities. During this session, we will cover the following topics: • Tender overview and commercial objectives • Specification and product list feedback • Procurement process, participation criteria, and sustainability expectations • Key timelines and milestones Key dates: • Deadline for submission of completed RFI- 04/11/2025. • Supplier webinar: registration details to follow when date is confirmed. • Circulation of draft specification and product list estimated – 12/12/2025. • Final feedback for Specification and product list (only if this is revised and circulated a second time) -04/02/2026. Please 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 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 need to have a Cyber Security Essentials Plus Certificate •Additional information: https://www.supplychain.nhs.uk/suppliers/useful-information

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051e41
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/063105-2025
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

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33194000 - Devices and instruments for transfusion and infusion

Notice Value(s)

Tender Value
£200,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Oct 20254 months ago
Submission Deadline
Not specified
Future Notice Date
12 Mar 20263 weeks to go
Award Date
Not specified
Contract Period
31 Jul 2027 - 31 Jul 2029 2-3 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-051e41-2025-10-08T09:17:46+01:00",
    "date": "2025-10-08T09:17:46+01:00",
    "ocid": "ocds-h6vhtk-051e41",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "025000-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025000-2025",
                "datePublished": "2025-05-22T14:37:52+01:00",
                "format": "text/html"
            },
            {
                "id": "045539-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045539-2025",
                "datePublished": "2025-08-04T10:57:12+01:00",
                "format": "text/html"
            },
            {
                "id": "063105-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063105-2025",
                "datePublished": "2025-10-08T09:17:46+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We are seeking to engage with interested suppliers who can supply the Goods 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_608 Procurement name: Project_1608 - IV Connection and Pressure Monitoring 2027 EXPRESSION OF INTEREST- Click on the 'Response Form' tab.-Answer the question in the Qualification Envelope at 1.1.1-Click 'submit. response. RFI to be sent, the RFI document will be issued via email from email, address IVTherapycontracts@supplychain.nhs.uk. Please ensure you monitor your emails for correspondence from this email address. This new RFI will supersede the original Intravenous and pressure monitoring RFI. Feedback sessions via Microsoft teams to be held with incumbent suppliers to discuss current performance, challenges, and innovation opportunities. During this session, we will cover the following topics: * Tender overview and commercial objectives * Specification and product list feedback * Procurement process, participation criteria, and sustainability expectations * Key timelines and milestones Key dates: * Deadline for submission of completed RFI- 04/11/2025. * Supplier webinar: registration details to follow when date is confirmed. * Circulation of draft specification and product list estimated - 12/12/2025. * Final feedback for Specification and product list (only if this is revised and circulated a second time) -04/02/2026. Please 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 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 need to have a Cyber Security Essentials Plus Certificate *Additional information: https://www.supplychain.nhs.uk/suppliers/useful-information",
                "dueDate": "2026-02-03T23:59:59+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": "IVTherapycontracts@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_1608",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "IV Connection & Pressure monitoring",
        "description": "This Framework Agreement is for the supply of Extension Sets, Intravenous and pressure monitoring accessories, including but not limited to those listed below. This PME notice now supersedes the original Intravenous and pressure monitoring accessories PME- Project_1608. Precise quantities are not known. It is anticipated that initial expenditure under the Framework will be in the region of PS33,500,000 to PS50,000,000 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 PS200,000,000. 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33194000",
                        "description": "Devices and instruments for transfusion and infusion"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2027-08-01T00:00:00+01:00",
                    "endDate": "2029-07-31T23:59:59+01:00",
                    "maxExtentDate": "2031-07-31T23:59:59+01:00"
                },
                "status": "planned",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "hasRenewal": true
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-12T23:59:59+00:00"
        },
        "status": "planned",
        "value": {
            "amountGross": 240000000,
            "amount": 200000000,
            "currency": "GBP"
        },
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "amendments": [
            {
                "id": "063105-2025",
                "description": "This PME notice now supersedes the original Intravenous and pressure monitoring accessories PME and includes is for the supply of Extension Sets, Intravenous and pressure monitoring accessories, including but not limited to those listed in the below sections."
            }
        ]
    },
    "language": "en"
}