Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/063105-2025
8th October 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/045539-2025
4th August 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/025000-2025
22nd May 2025 - Pipeline notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}