Notice Information
Notice Title
Printable Patient Identification Wristbands and Associated Accessories 2027
Notice Description
Opportunity Non-exclusive framework agreement for the supply of Laser and Thermal printable wristbands, Thermal Printers- (Direct Thermal Printer, desktop or mobile model which are handheld and/or standalone) and associated accessories e.g. - battery packs, docking stations, printer ribbons, handheld electronic devices such as barcode scanners. Digital/contactless identification: Radio Frequency Infra-red (RFID) hardware and software, Near-field communication (NFC) products for access i.e. smart badges, ID badges in general etc, Voice/translation products, Biometric identification and Security tagging. 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 PS40,000,000 - PS50,000,000 Ex Vat / PS48,000,000 - PS60,000,000 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 2026 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 Patient Identification 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. 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 Patient Identification 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. 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. 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_664" 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 May 2026
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0521ca
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035930-2026
- 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
22 - Printed matter and related products
30 - Office and computing machinery, equipment and supplies except furniture and software packages
31 - Electrical machinery, apparatus, equipment and consumables; lighting
35 - Security, fire-fighting, police and defence equipment
48 - Software package and information systems
-
- CPV Codes
22455100 - Identity bracelet
30124500 - Scanner accessories
30200000 - Computer equipment and supplies
30216110 - Scanners for computer use
30216130 - Barcode readers
31700000 - Electronic, electromechanical and electrotechnical supplies
35120000 - Surveillance and security systems and devices
35123400 - Identification badges
48100000 - Industry specific software package
Notice Value(s)
- Tender Value
- £50,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Apr 20263 days ago
- Submission Deadline
- Not specified
- Future Notice Date
- 2 Nov 20267 months to go
- Award Date
- Not specified
- Contract Period
- 4 Jul 2027 - 4 Jul 2031 4-5 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
- Additional Buyers
- 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)
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/035930-2026
21st April 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/026086-2025
23rd May 2025 - Pipeline notice on Find a Tender
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-0521ca-2026-04-21T10:23:20+01:00",
"date": "2026-04-21T10:23:20+01:00",
"ocid": "ocds-h6vhtk-0521ca",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "026086-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/026086-2025",
"datePublished": "2025-05-23T11:59:59+01:00",
"format": "text/html"
},
{
"id": "035930-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/035930-2026",
"datePublished": "2026-04-21T10:23:20+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "RFI to be issued from May 2026",
"dueDate": "2026-07-31T23:59:59+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": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"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": "Ellie Harris",
"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": "ocds-h6vhtk-0521ca",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Printable Patient Identification Wristbands and Associated Accessories 2027",
"description": "Opportunity Non-exclusive framework agreement for the supply of Laser and Thermal printable wristbands, Thermal Printers- (Direct Thermal Printer, desktop or mobile model which are handheld and/or standalone) and associated accessories e.g. - battery packs, docking stations, printer ribbons, handheld electronic devices such as barcode scanners. Digital/contactless identification: Radio Frequency Infra-red (RFID) hardware and software, Near-field communication (NFC) products for access i.e. smart badges, ID badges in general etc, Voice/translation products, Biometric identification and Security tagging. 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 PS40,000,000 - PS50,000,000 Ex Vat / PS48,000,000 - PS60,000,000 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 2026 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 Patient Identification 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. 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 Patient Identification 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. 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. 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_664\" 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": "22455100",
"description": "Identity bracelet"
},
{
"scheme": "CPV",
"id": "35123400",
"description": "Identification badges"
},
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
},
{
"scheme": "CPV",
"id": "30124500",
"description": "Scanner accessories"
},
{
"scheme": "CPV",
"id": "31700000",
"description": "Electronic, electromechanical and electrotechnical supplies"
},
{
"scheme": "CPV",
"id": "30200000",
"description": "Computer equipment and supplies"
},
{
"scheme": "CPV",
"id": "30216130",
"description": "Barcode readers"
},
{
"scheme": "CPV",
"id": "30216110",
"description": "Scanners for computer use"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-07-05T00:00:00+01:00",
"endDate": "2031-07-04T23:59:59+01:00"
},
"status": "planned"
}
],
"communication": {
"futureNoticeDate": "2026-11-02T23:59:59+00:00"
},
"status": "planned",
"value": {
"amountGross": 60000000,
"amount": 50000000,
"currency": "GBP"
},
"techniques": {
"hasFrameworkAgreement": true
}
},
"language": "en"
}