Planning

Office Supplies 2026

SUPPLY CHAIN COORDINATION LIMITED

This public procurement record has 2 releases in its history.

Planning

27 Aug 2025 at 14:25

Planning

23 May 2025 at 10:54

Summary of the contracting process

The procurement process, initiated by Supply Chain Coordination Limited (SCCL), involves the establishment of a non-exclusive framework agreement for the provision of office supplies. This encompasses a range of products such as copier paper, stationery, branded and remanufactured cartridges, envelopes, labels, and technology. The procurement, which falls under the goods industry category, is scheduled in the planning stage with significant activities anticipated. A Request for Information (RFI) is set for issuance starting 1st September 2025, with responses due by 26th September 2025. The primary procurement activities will take place in London, United Kingdom, with the procurement contract period spanning from 13th July 2026 to 12th July 2030. Key players include the North of England Commercial Procurement Collaborative acting on behalf of SCCL, ensuring sub-central government regulation and involvement.

This tender offers substantial opportunities for businesses specialising in office supplies to engage with NHS Supply Chain's extensive network in the UK. The framework agreement promises significant initial expenditure, estimated around £100,000,000 excluding VAT. Businesses with expertise in providing diverse office products and possessing relevant certifications like ISO9001:2015 are well-suited for this opportunity. The inclusion of social value and carbon reduction plans further provides advantages for SMEs and vendors emphasising sustainability, opening paths for enhanced market presence and potential growth within the public sector procurement arena.

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

Office Supplies 2026

Notice Description

Opportunity Non-exclusive framework agreement for the supply of Office Supplies via the Stock/eDirect/Direct route to market. This includes but is not limited to; Office Supplies products - Copier Paper, General Stationery, EOS Branded and Remanufactured cartridges, Envelopes, Labels, Technology. This framework agreement is for a total of 48 months. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP PS100,000,000 Ex Vat / PS120,000,000 Inc Vat throughout the duration 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. The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence in December 2025 and invite responses to an RFI (Request for Information) which will be issued once interest is expressed in the opportunity via the Jaggaer e-Procurement Portal (see further instructions below). The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. Requirements The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission: - Employer's Liability Insurance cover of PS5m per claim in the name of the Applicant - Public Liability Insurance cover of PS1m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of PS5m per claim or PS5m per claim and in the annual aggregate - ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. - Declaration of Conformity and UKCA/CE Certification to demonstrate compliance to Medical Devices Regulations 2002 (if applicable). PPN 009 'Tackling Modern Slavery in Government Supply Chains' In February 2025 PPN 009 "Tackling Modern Slavery in Government Supply Chains" was published. This PPN specifically calls out the NHS as being in scope. The PPN requires the risk of Modern Slavery to be identified for each Procurement activity, and appropriate due diligence conducted to manage these risks. Risk Profiling and Methodology Each NHS Supply Chain procurement, including the forthcoming procurement for Office Supplies has been assessed, using a standard methodology. The methodology has been developed using a database of risk, mapped to E-class codes. This has been mapped to the procurement activity to assess the level of risk associated with that activity, prior to knowing which specific suppliers and value chains are going to be used. Based on that risk the following tools will be applied to the procurement to understand the specific risk in the proposed supply chains. Framework Risk Tools to Use Low Risk - Modern Slavery Assessment Tool Medium Risk - Modern Slavery Assessment Tool + Evidence Review High Risk - Modern Slavery Assessment Tool + Evidence Review + 3rd Party Audit This risk profiling has been conducted on Office Supplies products in the pre-market phase and has determined a medium risk. The Pre Market Engagement Notice pre-positions the supply base of the tools we will apply in the tender to manage that risk. These requirements will be evaluated as part of the tender submission and the results used to assess the level of risk in the Suppliers Value Chain ahead of any award. PPN 009 Tender Submission Requirements Confirmation (yes/no) that The Modern Slavery Assessment Tool has been completed - will form part of the Selection Questionnaire of the tender. Results will be evaluated to establish Supplier risk. Evidence Review on Modern Slavery - will be evaluated at tender submission. Results will be evaluated to establish Supplier risk. A 3rd party audit - will be a requirement at tender submission stage for lots determined as high risk and results will form part of Supplier risk assessment during the evaluation stage of the tender. Actions for Suppliers/Potential Suppliers to take now in the Pre-Market Stage Ensure you have completed the Modern Slavery Assessment Tool (MSAT), you have a plan in place to act on the recommendations it makes, and you maintain the assessment annually. Understanding the 3rd party Audit requirement? The breadth of items that NHS Supply Chain procures, makes it challenging to prescribe a single auditing approach appropriate to all supply chains, we are therefore not stipulating which auditing bodies suppliers use. Depending on the risk identified at the beginning of the individual procurement, the 3rd party Audit requirement will need to reflect and satisfy the risks identified. Risks are based on the 6 factors set out in PPN 009. The NHS has adopted PPN002 (taking account of Social Value), and therefore this future Framework Agreement will require suppliers to state what is their Social Value proposition which in turn will be made available to customers who utilise the Framework Agreement to aid their decision making when using the framework. In addition, the NHS has adopted the Government's 'Taking Account of Carbon Reduction Plans' PPN006 requiring all suppliers with new contracts for goods, services and/or works irrespective of value to publish a carbon reduction plan for their direct emissions. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment. For further information on NHS Supply Chain's application of PPN002 and PPN006 in addition to Evergreen Assessment and Horizon scanning requirements, a Sustainability & Social Value document will be issued to all suppliers who express interest in this Pre Market Engagement Notice along with the RFI. In any case, the Sustainability & Social Value document will also be made available with the full tender documents which will be the subject of separate market notice. Suppliers are also encouraged to register themselves on the Central Digital Platform by using the following link; Suppliers: How to register your organisation and first administrator on Find a Tender in three easy steps (HTML) - GOV.UK The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the 'Not Registered Yet' link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on "SQs Open to All Suppliers" EXPRESSION OF INTEREST - Find " SQ_616" and click on the blue text. Select Express interest. If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com

Planning Information

RFI to be issued from 1st September 2025

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0521b4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/051659-2025
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

30 - Office and computing machinery, equipment and supplies except furniture and software packages

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


CPV Codes

30125100 - Toner cartridges

30192000 - Office supplies

30192113 - Ink cartridges

30192700 - Stationery

30197630 - Printing paper

30199230 - Envelopes

30199760 - Labels

32321200 - Audio-visual equipment

Notice Value(s)

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

Notice Dates

Publication Date
27 Aug 20255 months ago
Submission Deadline
Not specified
Future Notice Date
1 Dec 2025Expired
Award Date
Not specified
Contract Period
12 Jul 2026 - 12 Jul 2030 4-5 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
Additional Buyers

NORTH OF ENGLAND COMMERCIAL PROCUREMENT COLLABRATIVE

Contact Name
Lewis Wray
Contact Email
facilitiesandofficesolutionssupport@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)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE32 Sheffield
Delivery Location
Not specified

Local Authority
Sheffield
Electoral Ward
Burngreave
Westminster Constituency
Sheffield Brightside and Hillsborough

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-0521b4-2025-08-27T15:25:26+01:00",
    "date": "2025-08-27T15:25:26+01:00",
    "ocid": "ocds-h6vhtk-0521b4",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "026057-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026057-2025",
                "datePublished": "2025-05-23T11:54:21+01:00",
                "format": "text/html"
            },
            {
                "id": "051659-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051659-2025",
                "datePublished": "2025-08-27T15:25:26+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "RFI to be issued from 1st September 2025",
                "dueDate": "2025-09-26T23:59:59+01:00",
                "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": "FacilitiesandOfficesolutionssupport@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"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PTJM-6566-YTJZ",
            "name": "North of England Commercial Procurement Collabrative",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTJM-6566-YTJZ"
            },
            "address": {
                "streetAddress": "Saville Street East",
                "locality": "Sheffield",
                "postalCode": "S4 7UQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE32"
            },
            "contactPoint": {
                "name": "Lewis Wray",
                "email": "facilitiesandofficesolutionssupport@supplychain.nhs.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "North of England Commercial Procurement Collaborative (hosted by Leeds and York Partnership NHS Foundation Trust), as agent, for and on behalf of Supply Chain Coordination Limited (\"SCCL\")"
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLLH-1887-BMRL",
        "name": "SUPPLY CHAIN COORDINATION LIMITED"
    },
    "tender": {
        "id": "1616",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Office Supplies 2026",
        "description": "Opportunity Non-exclusive framework agreement for the supply of Office Supplies via the Stock/eDirect/Direct route to market. This includes but is not limited to; Office Supplies products - Copier Paper, General Stationery, EOS Branded and Remanufactured cartridges, Envelopes, Labels, Technology. This framework agreement is for a total of 48 months. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP PS100,000,000 Ex Vat / PS120,000,000 Inc Vat throughout the duration 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. The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence in December 2025 and invite responses to an RFI (Request for Information) which will be issued once interest is expressed in the opportunity via the Jaggaer e-Procurement Portal (see further instructions below). The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. Requirements The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission: - Employer's Liability Insurance cover of PS5m per claim in the name of the Applicant - Public Liability Insurance cover of PS1m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of PS5m per claim or PS5m per claim and in the annual aggregate - ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant's and the product's supply chain. This should include, but not be limited to, manufacturing, storage and distribution. - Declaration of Conformity and UKCA/CE Certification to demonstrate compliance to Medical Devices Regulations 2002 (if applicable). PPN 009 'Tackling Modern Slavery in Government Supply Chains' In February 2025 PPN 009 \"Tackling Modern Slavery in Government Supply Chains\" was published. This PPN specifically calls out the NHS as being in scope. The PPN requires the risk of Modern Slavery to be identified for each Procurement activity, and appropriate due diligence conducted to manage these risks. Risk Profiling and Methodology Each NHS Supply Chain procurement, including the forthcoming procurement for Office Supplies has been assessed, using a standard methodology. The methodology has been developed using a database of risk, mapped to E-class codes. This has been mapped to the procurement activity to assess the level of risk associated with that activity, prior to knowing which specific suppliers and value chains are going to be used. Based on that risk the following tools will be applied to the procurement to understand the specific risk in the proposed supply chains. Framework Risk Tools to Use Low Risk - Modern Slavery Assessment Tool Medium Risk - Modern Slavery Assessment Tool + Evidence Review High Risk - Modern Slavery Assessment Tool + Evidence Review + 3rd Party Audit This risk profiling has been conducted on Office Supplies products in the pre-market phase and has determined a medium risk. The Pre Market Engagement Notice pre-positions the supply base of the tools we will apply in the tender to manage that risk. These requirements will be evaluated as part of the tender submission and the results used to assess the level of risk in the Suppliers Value Chain ahead of any award. PPN 009 Tender Submission Requirements Confirmation (yes/no) that The Modern Slavery Assessment Tool has been completed - will form part of the Selection Questionnaire of the tender. Results will be evaluated to establish Supplier risk. Evidence Review on Modern Slavery - will be evaluated at tender submission. Results will be evaluated to establish Supplier risk. A 3rd party audit - will be a requirement at tender submission stage for lots determined as high risk and results will form part of Supplier risk assessment during the evaluation stage of the tender. Actions for Suppliers/Potential Suppliers to take now in the Pre-Market Stage Ensure you have completed the Modern Slavery Assessment Tool (MSAT), you have a plan in place to act on the recommendations it makes, and you maintain the assessment annually. Understanding the 3rd party Audit requirement? The breadth of items that NHS Supply Chain procures, makes it challenging to prescribe a single auditing approach appropriate to all supply chains, we are therefore not stipulating which auditing bodies suppliers use. Depending on the risk identified at the beginning of the individual procurement, the 3rd party Audit requirement will need to reflect and satisfy the risks identified. Risks are based on the 6 factors set out in PPN 009. The NHS has adopted PPN002 (taking account of Social Value), and therefore this future Framework Agreement will require suppliers to state what is their Social Value proposition which in turn will be made available to customers who utilise the Framework Agreement to aid their decision making when using the framework. In addition, the NHS has adopted the Government's 'Taking Account of Carbon Reduction Plans' PPN006 requiring all suppliers with new contracts for goods, services and/or works irrespective of value to publish a carbon reduction plan for their direct emissions. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment. For further information on NHS Supply Chain's application of PPN002 and PPN006 in addition to Evergreen Assessment and Horizon scanning requirements, a Sustainability & Social Value document will be issued to all suppliers who express interest in this Pre Market Engagement Notice along with the RFI. In any case, the Sustainability & Social Value document will also be made available with the full tender documents which will be the subject of separate market notice. Suppliers are also encouraged to register themselves on the Central Digital Platform by using the following link; Suppliers: How to register your organisation and first administrator on Find a Tender in three easy steps (HTML) - GOV.UK The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the 'Not Registered Yet' link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on \"SQs Open to All Suppliers\" EXPRESSION OF INTEREST - Find \" SQ_616\" and click on the blue text. Select Express interest. If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30192000",
                        "description": "Office supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30197630",
                        "description": "Printing paper"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30192700",
                        "description": "Stationery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30125100",
                        "description": "Toner cartridges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30192113",
                        "description": "Ink cartridges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30199230",
                        "description": "Envelopes"
                    },
                    {
                        "scheme": "CPV",
                        "id": "30199760",
                        "description": "Labels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32321200",
                        "description": "Audio-visual equipment"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-07-13T00:00:00+01:00",
                    "endDate": "2030-07-12T23:59:59+01:00"
                },
                "status": "planned"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-01T23:59:59+00:00"
        },
        "status": "planned",
        "value": {
            "amountGross": 120000000,
            "amount": 100000000,
            "currency": "GBP"
        },
        "techniques": {
            "hasFrameworkAgreement": true
        }
    },
    "language": "en"
}