Award

Peripheral IV Site Monitoring

SUPPLY CHAIN COORDINATION LIMITED

This public procurement record has 5 releases in its history.

Award

05 Feb 2026 at 16:21

Award

16 Oct 2025 at 14:05

AwardUpdate

22 Sep 2025 at 10:50

Award

25 Jul 2025 at 11:56

Planning

25 Jun 2025 at 15:11

Summary of the contracting process

Supply Chain Coordination Limited has facilitated a procurement process for a Framework Agreement titled "Peripheral IV Site Monitoring," targeting the healthcare industry across the UK. The opportunity utilised a direct award procurement method due to the innovative nature and technical specificity requiring a single supplier, Healthcare 21 (UK) Limited. The procurement aligns with mandates from the Department of Health and Social Care to source innovative and disruptive products that enhance patient safety. The framework commenced on 26 January 2026, with the provision for extension up to 2030, to supply monitoring equipment that detects intravenous site issues early, directly improving patient care. This contract follows its initial stages of planning and award, with significant milestones met, including a formal award date of 12 January 2026, and is currently active.

This procurement provides significant opportunities for businesses within the medical equipment sector, particularly those focusing on infusion pumps and related medical technologies. Healthcare providers within the NHS, other government bodies, private healthcare entities, and suppliers who can deliver similar innovative solutions are well-positioned to explore participatory routes under this framework. Engaging in this framework allows businesses to demonstrate their capabilities in providing cutting-edge medical technologies and to align with NHS initiatives focusing on patient safety enhancements. Furthermore, companies that are small to medium enterprises (SMEs) can play a crucial role in the framework, establishing supply chains through NHS Supply Chain's electronic systems, thereby ensuring direct procurement pathways and fostering growth through scalable business engagements.

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

Peripheral IV Site Monitoring

Notice Description

This market exercise was for the provision of a solution to advise the detection of IV infiltrations and extravasations early that includes the following: * Monitoring equipment and Consumables NHS Supply Chain have a mandate from the Department of Health and Social Care (DHSC) to drive the availability of innovative products to the NHS. NHS Supply Chain believe the product sourced by this contract (which is not covered by any of its current Framework Agreements) falls within this remit as a "disruptive" innovative product and has been identified to provide enhanced patient benefits specifically; Patient - improving patient safety Prevention of Never Event - which can lead to skin necrosis, Amputation, Nerve Damage for our most vulnerable patients, Neonates, paediatrics, sedated patients, critically ill and patients with cognitive deficits, along with Patients receiving Vesicant medications. NHS Supply Chain will enter into Framework Agreement (FAG) with an identified supplier of these products/services (alongside the existing framework Infusion Pumps Administration) following the publication of a Transparency notice Published 25 July 2025 [ https://www.find-tender.service.gov.uk/Notice/043122-2025] and no other suppliers were identified. Therefore confirmining 1 available supplier to be awarded using procedure Direct Award as defined in the Procurement Act 2023. The Term of this Framework Agreement is anticipated to be 12 months, with the option to extend to a maximum term of 48 months. As part of its strategy, NHS Supply Chain anticipates engaging with suppliers of these products/services with a view to ultimately include this solution within the scope of the Framework for Infusion Pumps Administration Sets and Associated products which is due to renewal on 30th September 2026 The Framework Agreement will be between NHS Supply Chain and the Supplier, however 1) NHSSC, 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework. Electronic ordering will be used, and electronic invoicing will be accepted, and electronic payment will be used. For the avoidance of doubt and notwithstanding the estimate indicated, NHSSC does not guarantee any level of purchase through the framework and advises applicants that the framework shall be established on a non-exclusive basis.

Planning Information

August 2024 -(NIVAS) National Infusion and Vascular Access Society conference, a new (in the UK) technology was showcased. October 2024 - Face to Face meeting for Supplier demonstration October 2024 until November 2024 - Discussion with various Clinical Experts both internally to Supply Chain Coordination, through the NIVAS group (https://nivas.org.uk/) and externally through NHS trusts.

Procurement Information

Single supplier - technical reasons Traditional methods rely on periodic clinician assessments, which can miss early signs of infiltration or extravasation, leading to serious complications such as skin necrosis, nerve damage, or medication dosing errors. The ivWatch Patient Monitoring System provides continuous, non-invasive monitoring using optical sensor technology and proprietary algorithms to detect infiltrations at their earliest stages, often before visible signs are present. iv.Watch technology has demonstrated exceptional clinical value in preventing infiltration and extravasation injuries associated with peripheral intravenous (PIV) therapy. This innovation enhances patient safety, reduces liability, and complements clinician assessments, addressing the limitations of periodic monitoring. Research has been carried out on the benefits of the iv Watch technology and can be found in the British Journal of Nursing: British Journal of Nursing - Addressing and mitigating the high costs of extravasation and infiltration to patients and healthcare organisations Due to the absence of competition for technical reasons and that the Manufacturer is only just entering the UK market, only this supplier/distributor can supply the goods required. Procurement Act 2023, Section 41, Schedule 5, Section 6 "There are no reasonable alternatives to those goods, services or works"

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0553a4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010669-2026
Current Stage
Award
All Stages
Planning, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
SME, VCSE
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33100000 - Medical equipments

33194110 - Infusion pumps

33194200 - Devices and instruments for transfusion

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
£8,000,000 £1M-£10M
Contracts Value
£8,000,000 £1M-£10M

Notice Dates

Publication Date
5 Feb 20262 weeks ago
Submission Deadline
Not specified
Future Notice Date
15 Jul 2025Expired
Award Date
25 Jul 20257 months ago
Contract Period
26 Jan 2026 - 30 Sep 2026 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SUPPLY CHAIN COORDINATION LIMITED
Contact Name
Jennifer Davidson
Contact Email
eprocurement@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

Supplier Information

Number of Suppliers
1
Supplier Name

HEALTHCARE 21 (UK

Further Information

Notice Documents

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-0553a4-2026-02-05T16:21:22Z",
    "date": "2026-02-05T16:21:22Z",
    "ocid": "ocds-h6vhtk-0553a4",
    "initiationType": "tender",
    "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": {
                "name": "Jennifer Davidson",
                "email": "eprocurement@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-PBGH-8572-LNQT",
            "name": "HEALTHCARE 21 (UK) LIMITED",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBGH-8572-LNQT"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-COH",
                    "id": "05020682"
                }
            ],
            "address": {
                "streetAddress": "Unit B1-B2 Bond Close",
                "locality": "Basingstoke",
                "postalCode": "RG24 8PZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ37"
            },
            "contactPoint": {
                "email": "tenders@hc21.group"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-05020682",
            "name": "Healthcare 21 (UK) Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "05020682"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PBGH-8572-LNQT"
                }
            ],
            "address": {
                "streetAddress": "Unit B1-B2 Bond Close",
                "locality": "Basingstoke",
                "postalCode": "RG24 8PZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ37"
            },
            "contactPoint": {
                "email": "tenders@hc21.group"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLLH-1887-BMRL",
        "name": "SUPPLY CHAIN COORDINATION LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "August 2024 -(NIVAS) National Infusion and Vascular Access Society conference, a new (in the UK) technology was showcased. October 2024 - Face to Face meeting for Supplier demonstration October 2024 until November 2024 - Discussion with various Clinical Experts both internally to Supply Chain Coordination, through the NIVAS group (https://nivas.org.uk/) and externally through NHS trusts.",
                "dateMet": "2024-10-05T00:00:00+01:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "035178-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035178-2025",
                "datePublished": "2025-06-25T16:11:42+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "Project1587",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Peripheral IV Site Monitoring",
        "description": "This market exercise was for the provision of a solution to advise the detection of IV infiltrations and extravasations early that includes the following: * Monitoring equipment and Consumables NHS Supply Chain have a mandate from the Department of Health and Social Care (DHSC) to drive the availability of innovative products to the NHS. NHS Supply Chain believe the product sourced by this contract (which is not covered by any of its current Framework Agreements) falls within this remit as a \"disruptive\" innovative product and has been identified to provide enhanced patient benefits specifically; Patient - improving patient safety Prevention of Never Event - which can lead to skin necrosis, Amputation, Nerve Damage for our most vulnerable patients, Neonates, paediatrics, sedated patients, critically ill and patients with cognitive deficits, along with Patients receiving Vesicant medications. NHS Supply Chain will enter into Framework Agreement (FAG) with an identified supplier of these products/services (alongside the existing framework Infusion Pumps Administration) following the publication of a Transparency notice Published 25 July 2025 [ https://www.find-tender.service.gov.uk/Notice/043122-2025] and no other suppliers were identified. Therefore confirmining 1 available supplier to be awarded using procedure Direct Award as defined in the Procurement Act 2023. The Term of this Framework Agreement is anticipated to be 12 months, with the option to extend to a maximum term of 48 months. As part of its strategy, NHS Supply Chain anticipates engaging with suppliers of these products/services with a view to ultimately include this solution within the scope of the Framework for Infusion Pumps Administration Sets and Associated products which is due to renewal on 30th September 2026 The Framework Agreement will be between NHS Supply Chain and the Supplier, however 1) NHSSC, 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework. Electronic ordering will be used, and electronic invoicing will be accepted, and electronic payment will be used. For the avoidance of doubt and notwithstanding the estimate indicated, NHSSC does not guarantee any level of purchase through the framework and advises applicants that the framework shall be established on a non-exclusive basis.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33194110",
                        "description": "Infusion pumps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33100000",
                        "description": "Medical equipments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33194200",
                        "description": "Devices and instruments for transfusion"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 2400000,
            "amount": 2000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "periodRationale": "n/a",
                "type": "open",
                "buyerCategories": "The framework Agreement will be between NHS Supply Chain and the supplier, however NHSSC, Any other NHS Trust, Any other NHS Entity, Any Government Department, Agency, or other Statuatory body and/or Any Private Sector Entity active in the UK Healthcare sector will be able to enter into a direct contract with the supplier for any of the supplies and/or services under the framework.",
                "buyerLocationRestrictions": [
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UK"
                            ]
                        }
                    },
                    {
                        "gazetteer": {
                            "scheme": "GB-ITL",
                            "identifiers": [
                                "UK"
                            ]
                        }
                    }
                ],
                "method": "withAndWithoutReopeningCompetition",
                "description": "This framework agreement establishes a structured mechanism for the provison of a solution to advise the early detection of IV infiltrations and extravasations. Scope and Purpose The framework covers the sole supply of an innovative solution to advise the early detection of IV infiltrations and extravasations. The ivWatch is the only technology available to continuously monitor an iv site and notify clinicians when essential medications and fluids leak outside of the vein. This is designed to improve patient safety through prevention of a Never Event - which can lead to skin necrosis, amputation, nerve damage for our most vulnerable patients, Neonates, Paediatrics, Sedated patients, critically ill and patients with cognitive deficits, along with patient recieving vesicant medications. Routes to Supply Goods will be made available via transacted routes of supply (eDirect) through NHS Supply Chain's online catalogue. Direct Route of supply is not applicable under this framework. Participating Authorities The framework agreement will be between NHS Supply Chain and the supplier, however; NHSSC, Any NHS trust, any other NHS entity, any government department, agency, or other statuatory body and/or any private sector entity active in the UK Healthcare sector will be able to enter into direct contract with the supplier for any of the suppliers and/or services under the framework. Ordering and Call off Orders are placed without re-opening competition using direct award procedures in accordance with the Procurement Act 2023. Call off contracts will incorporate the Core Call-Off schedules and any applicable optional clauses as specified in the framework award pack. Operational Requirements The supplier must comply with NHS Supply Chain's operational requirements, maintain ISO 13485 and ISO 9001 certification, provide key managment information as set out in Annex 5. Business continutity provisions include pandemic -related enhanced measures. Social Value and Sustainability The supplier is required to maintain a carbon reduction plan aligned with NHS Net Zero supplier road map and report progress through the Evergreen Sustainable Supplier Assessment. Modern Slavery compliance is monitored via the MSAT Tool. Performance and Governance Regular review meetings will be held to monitor performance, supported by contract management reports detailing KPI's, Complaints, and Remedial actions. The Framework includes rights for termination for convienience and material breach, as well as escalation and disbute resolution processes."
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2025-09-15T00:00:00+01:00",
                    "endDate": "2026-09-30T23:59:59+01:00",
                    "maxExtentDate": "2029-09-14T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "complete"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-07-15T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "Single supplier - technical reasons Traditional methods rely on periodic clinician assessments, which can miss early signs of infiltration or extravasation, leading to serious complications such as skin necrosis, nerve damage, or medication dosing errors. The ivWatch Patient Monitoring System provides continuous, non-invasive monitoring using optical sensor technology and proprietary algorithms to detect infiltrations at their earliest stages, often before visible signs are present. iv.Watch technology has demonstrated exceptional clinical value in preventing infiltration and extravasation injuries associated with peripheral intravenous (PIV) therapy. This innovation enhances patient safety, reduces liability, and complements clinician assessments, addressing the limitations of periodic monitoring. Research has been carried out on the benefits of the iv Watch technology and can be found in the British Journal of Nursing: British Journal of Nursing - Addressing and mitigating the high costs of extravasation and infiltration to patients and healthcare organisations Due to the absence of competition for technical reasons and that the Manufacturer is only just entering the UK market, only this supplier/distributor can supply the goods required. Procurement Act 2023, Section 41, Schedule 5, Section 6 \"There are no reasonable alternatives to those goods, services or works\"",
        "participationFees": [
            {
                "id": "ocds-h6vhtk-0553a4",
                "type": [
                    "win"
                ],
                "description": "0"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "title": "Peripheral IV Site Monitoring Device",
            "status": "active",
            "value": {
                "amountGross": 9600000,
                "amount": 8000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PBGH-8572-LNQT",
                    "name": "HEALTHCARE 21 (UK) LIMITED"
                },
                {
                    "id": "GB-COH-05020682",
                    "name": "Healthcare 21 (UK) Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "33194110",
                            "description": "Infusion pumps"
                        },
                        {
                            "scheme": "CPV",
                            "id": "33100000",
                            "description": "Medical equipments"
                        },
                        {
                            "scheme": "CPV",
                            "id": "33194200",
                            "description": "Devices and instruments for transfusion"
                        }
                    ],
                    "relatedLot": "1",
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ]
                }
            ],
            "contractPeriod": {
                "startDate": "2025-10-30T00:00:00+00:00",
                "endDate": "2026-10-29T23:59:59+00:00",
                "maxExtentDate": "2029-10-29T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Allowable extension for a Framework Period to extend for a total of 4 years"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "043122-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/043122-2025",
                    "datePublished": "2025-07-25T12:56:46+01:00",
                    "format": "text/html"
                },
                {
                    "id": "058438-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/058438-2025",
                    "datePublished": "2025-09-22T11:50:21+01:00",
                    "format": "text/html"
                },
                {
                    "id": "065970-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/065970-2025",
                    "datePublished": "2025-10-16T15:05:55+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-10-29T23:59:59+00:00",
                    "status": "scheduled"
                }
            ],
            "amendments": [
                {
                    "id": "058438-2025",
                    "description": "Change to value due to an annual value originally being provided and not total framework value. Change to the direct award justification section of the procurement act on which section is being relied upon for this direct award."
                }
            ],
            "date": "2025-09-29T00:00:00+01:00",
            "standstillPeriod": {
                "endDate": "2025-10-27T23:59:59+00:00"
            }
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "Peripheral IV Site Monitoring Device",
            "status": "active",
            "period": {
                "startDate": "2026-01-26T00:00:00+00:00",
                "endDate": "2026-09-30T23:59:59+01:00",
                "maxExtentDate": "2030-01-25T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Allowable extension for a framework period to extend for a total of 4 years"
            },
            "value": {
                "amountGross": 9600000,
                "amount": 8000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-12T00:00:00+00:00",
            "documents": [
                {
                    "id": "010669-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/010669-2026",
                    "datePublished": "2026-02-05T16:21:22Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}