Planning

Masks, Gowns, Visors, PAPRs & Associated Consumables 2027

SUPPLY CHAIN COORDINATION LIMITED

This public procurement record has 4 releases in its history.

PlanningUpdate

10 Feb 2026 at 12:24

PlanningUpdate

14 Jan 2026 at 17:24

Planning

08 Dec 2025 at 13:07

Planning

08 Dec 2025 at 10:56

Summary of the contracting process

The procurement process is being conducted by Supply Chain Coordination Limited, based in London, United Kingdom. The tender, titled "Masks, Gowns, Visors, PAPRs & Associated Consumables 2027," falls under the goods category and focuses on the healthcare sector, specifically concerning personal protective equipment (PPE) and associated consumables for NHS clinical settings. This process is currently in the planning stage with several key dates: interested suppliers must submit their response to the Request for Information (RFI) by 30 January 2026, and feedback on the drafted product listing and specification is due by 13 March 2026. An engagement session for PAPR manufacturers is scheduled between 3-5 February 2026. The procurement framework also includes a planned contract period from 8 July 2027 to 7 July 2030, with potential renewal extending to 7 July 2031.

This tender presents significant opportunities for businesses in the healthcare PPE industry, particularly those capable of supplying scalable solutions for infection prevention and control. Suppliers that can provide innovative, sustainable, and ethical PPE solutions stand to benefit from this procurement exercise. The engagement process allows suppliers to showcase innovations and improvements in product offerings, such as efficiency savings, sustainability practices, and compliance with modern slavery standards. The initiative is accommodative to SMEs and VCSEs, ensuring a broad participation base, which is crucial for suppliers looking to expand their market presence within the NHS framework, offering both financial growth and enhanced industry recognition.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Masks, Gowns, Visors, PAPRs & Associated Consumables 2027

Notice Description

The scope of this framework includes the supply of single-use healthcare personal protective equipment (PPE) and associated consumables for NHS clinical settings, including but not limited to: Facemasks (Type IIR surgical masks, FFP3 respirators) Gowns (category III isolation gowns, dignity gowns) Eye Protection (full-face visors) Powered Air-Purifying Respirators (PAPRs) and accessories Fit Testing Equipment (qualitative and quantitative kits) Cape Hood Type PB 6B We seek solutions that: Provide effective infection prevention and control in healthcare environments, meeting relevant legislative standards for Medical Devices and/or PPE regulations where relevant. Ensure resilience and scalability, including surge capacity for public health emergencies and dynamic stock rotation of pandemic related stockpiling. Support a nationally coordinated stocked supply strategy, ensuring consistent availability of strategic PPE items, across the NHS. Simplify product ranges to those frequently purchased/required for the NHS, supported with robust clinical evidence, rationalising suppliers and product ranges to improve efficiency and resilience. Embed sustainability and ethical sourcing, including carbon reduction initiatives and compliance with labour standards. Address high-risk modern slavery concerns, requiring suppliers to demonstrate robust due diligence and independent third-party audits of their supply chains. Offer value for money, with periodic reopening of competition across Lots to aggregate purchasing nationally for committed annual volumes and enable continuous improvement. Provides transparency and clarity on product classification/type and intended use for protection, to reduce risk of misapplication. Offer innovation, demonstrating how products support value based procurement through whole life cost, social value, efficiency, patient and staff outcomes, supply chain and the support for adoption. Suppliers should demonstrate how their proposals achieve these outcomes, including approaches to resilience, sustainability, and ethical compliance.

Planning Information

We are seeking to engage with interested suppliers who can supply the Goods detailed in the procurement description. Interested suppliers can express interest in the opportunity using the following link: PORTAL ACCESS -Login with URL https://nhssupplychain.app.jaggaer.com// -Click on "SQs Open to All Suppliers" and search for the title of the procurement: SQ_637 - Masks, Gowns, Visors, PAPRs & Associated Consumables 2027 EXPRESSION OF INTEREST - Click on the 'Response Form' tab. -Answer the question in the Qualification Envelope at 1.1.1 -Click 'submit response. On receipt of an expression of interest, the Authority will issue the Supplier with a request for information (RFI) document. IMPORTANT NOTE: The RFI document and any further communication in regards of this PME activity only, will be issued via email from email address Surgical.PPE@supplychain.nhs.uk. Please ensure you monitor your emails for correspondence from this email address. The RFI document details the full product list of the products in-scope of this intended procurement activity and requests information from interested suppliers that will support the Authority in developing its approach to the procurement. The RFI requests information about the interested supplier(s): (1) product range information and corresponding specifications and conformity documentation, (2) capacity to perform any eventual contract award, (3) current market information and (4) sustainability - including resource efficiency, use of raw materials, packaging, carbon reduction, disposal/recycling and labour standards. All responses to the RFI must be submitted to the email address as received from (Surgical.PPE@supplychain.nhs.uk) by no later than 16:00hrs GMT on 30 January 2026. On or around 23 February 2026, following earlier engagement activities, the drafted product listing and product specification will be circulated for feedback from interested participants. All feedback must be sent to the email address Surgical.PPE@supplychain.nhs.uk by no later than 17:00hrs GMT on 13 March 2026. The Authority will then review the feedback. This framework also introduces new products that have not previously been supplied by NHS Supply Chain. We are therefore hosting an engagement session for PAPR manufacturers/distributors between 3-5 February 2026 where Suppliers can request meetings of no longer than 1 hour 45 minutes with the Clinical and Category Team to demo their PAPR product offer (it is hoped with voice of the customer, NHS customer and patient representation), before then presenting the efficiency and effectiveness savings (both financial and operationally) associated with product adoption and implementation with NHS customers. It is intended that this covers, but is not limited to: saving opportunities, packaging, disposal, productivity improvements, patient experience, staff safety, reducing health inequalities, circular economy, managing obsolescence risks, ease of use, aftercare. There will also be an opportunity for Cape Hood manufacturers/distributors and quantitative fit testing manufacturers/distributors to demonstrate their products, and highlight any specific aspects of the product specification and considerations. All suppliers need to request these meetings by emailing Surgical.PPE@supplychain.nhs.uk no later than 16:00 GMT on 16 January 2026. To also support and conclude our early engagement activity, we are pleased to invite you to a webinar, where we aim to share our strategic intent, with the intention to invite feedback from key suppliers during this session. The details are as follows: Date: 15/04/2026 Time: 14:00hrs Duration: 2 hours Platform:https://attendee.gotowebinar.com/register/5160963996406547291 During this session, we will cover the following topics: 1. Tender Overview: Overview of the products in scope and our commercial aims and objectives for this framework renewal process. 2. Specification Overview: Summarise the key specifications and product in scope. 3. Commercial Drivers: Understanding the core factors shaping the framework renewal and how we can leverage best value for NHS customers. 4. Overview of the Procurement Procedure, Conditions of Participation & Award Criteria: An overview of the proposed tender process, sustainability criteria and expectations in the tender process. 5. Timescales: An outline of critical dates and timelines for the renewal process. This is a great opportunity for you to feedback and provide industry intelligence that will inform the procurement approach. Equally, it is an opportunity to clarify any questions you may have and ensure that all suppliers are aligned with the upcoming changes. There is no guarantee that a formal procurement process will be launched as a result of this early market engagement exercise, nor that any contract(s) will be placed. No remuneration or compensation etc will be paid to organisations who take part in this early market engagement exercise. Suppliers should take part in this process only on the basis that they fully understand and accept this position.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f07e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011827-2026
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

18 - Clothing, footwear, luggage articles and accessories

35 - Security, fire-fighting, police and defence equipment


CPV Codes

18143000 - Protective gear

18444000 - Protective headgear

35113400 - Protective and safety clothing

Notice Value(s)

Tender Value
£764,656,636 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Feb 20261 months ago
Submission Deadline
Not specified
Future Notice Date
9 Jun 20263 months to go
Award Date
Not specified
Contract Period
7 Jul 2027 - 7 Jul 2030 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SUPPLY CHAIN COORDINATION LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SE1 8UG
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
Not specified

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

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-05f07e-2026-02-10T12:24:00Z",
    "date": "2026-02-10T12:24:00Z",
    "ocid": "ocds-h6vhtk-05f07e",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "080491-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080491-2025",
                "datePublished": "2025-12-08T10:56:00Z",
                "format": "text/html"
            },
            {
                "id": "080603-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080603-2025",
                "datePublished": "2025-12-08T13:07:27Z",
                "format": "text/html"
            },
            {
                "id": "003269-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/003269-2026",
                "datePublished": "2026-01-14T17:24:52Z",
                "format": "text/html"
            },
            {
                "id": "011827-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011827-2026",
                "datePublished": "2026-02-10T12:24:00Z",
                "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. Interested suppliers can express interest in the opportunity using the following link: PORTAL ACCESS -Login with URL https://nhssupplychain.app.jaggaer.com// -Click on \"SQs Open to All Suppliers\" and search for the title of the procurement: SQ_637 - Masks, Gowns, Visors, PAPRs & Associated Consumables 2027 EXPRESSION OF INTEREST - Click on the 'Response Form' tab. -Answer the question in the Qualification Envelope at 1.1.1 -Click 'submit response. On receipt of an expression of interest, the Authority will issue the Supplier with a request for information (RFI) document. IMPORTANT NOTE: The RFI document and any further communication in regards of this PME activity only, will be issued via email from email address Surgical.PPE@supplychain.nhs.uk. Please ensure you monitor your emails for correspondence from this email address. The RFI document details the full product list of the products in-scope of this intended procurement activity and requests information from interested suppliers that will support the Authority in developing its approach to the procurement. The RFI requests information about the interested supplier(s): (1) product range information and corresponding specifications and conformity documentation, (2) capacity to perform any eventual contract award, (3) current market information and (4) sustainability - including resource efficiency, use of raw materials, packaging, carbon reduction, disposal/recycling and labour standards. All responses to the RFI must be submitted to the email address as received from (Surgical.PPE@supplychain.nhs.uk) by no later than 16:00hrs GMT on 30 January 2026. On or around 23 February 2026, following earlier engagement activities, the drafted product listing and product specification will be circulated for feedback from interested participants. All feedback must be sent to the email address Surgical.PPE@supplychain.nhs.uk by no later than 17:00hrs GMT on 13 March 2026. The Authority will then review the feedback. This framework also introduces new products that have not previously been supplied by NHS Supply Chain. We are therefore hosting an engagement session for PAPR manufacturers/distributors between 3-5 February 2026 where Suppliers can request meetings of no longer than 1 hour 45 minutes with the Clinical and Category Team to demo their PAPR product offer (it is hoped with voice of the customer, NHS customer and patient representation), before then presenting the efficiency and effectiveness savings (both financial and operationally) associated with product adoption and implementation with NHS customers. It is intended that this covers, but is not limited to: saving opportunities, packaging, disposal, productivity improvements, patient experience, staff safety, reducing health inequalities, circular economy, managing obsolescence risks, ease of use, aftercare. There will also be an opportunity for Cape Hood manufacturers/distributors and quantitative fit testing manufacturers/distributors to demonstrate their products, and highlight any specific aspects of the product specification and considerations. All suppliers need to request these meetings by emailing Surgical.PPE@supplychain.nhs.uk no later than 16:00 GMT on 16 January 2026. To also support and conclude our early engagement activity, we are pleased to invite you to a webinar, where we aim to share our strategic intent, with the intention to invite feedback from key suppliers during this session. The details are as follows: Date: 15/04/2026 Time: 14:00hrs Duration: 2 hours Platform:https://attendee.gotowebinar.com/register/5160963996406547291 During this session, we will cover the following topics: 1. Tender Overview: Overview of the products in scope and our commercial aims and objectives for this framework renewal process. 2. Specification Overview: Summarise the key specifications and product in scope. 3. Commercial Drivers: Understanding the core factors shaping the framework renewal and how we can leverage best value for NHS customers. 4. Overview of the Procurement Procedure, Conditions of Participation & Award Criteria: An overview of the proposed tender process, sustainability criteria and expectations in the tender process. 5. Timescales: An outline of critical dates and timelines for the renewal process. This is a great opportunity for you to feedback and provide industry intelligence that will inform the procurement approach. Equally, it is an opportunity to clarify any questions you may have and ensure that all suppliers are aligned with the upcoming changes. There is no guarantee that a formal procurement process will be launched as a result of this early market engagement exercise, nor that any contract(s) will be placed. No remuneration or compensation etc will be paid to organisations who take part in this early market engagement exercise. Suppliers should take part in this process only on the basis that they fully understand and accept this position.",
                "dueDate": "2026-04-16T23:59:59+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": "Surgical.PPE@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"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLLH-1887-BMRL",
        "name": "SUPPLY CHAIN COORDINATION LIMITED"
    },
    "tender": {
        "id": "Project_1678",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Masks, Gowns, Visors, PAPRs & Associated Consumables 2027",
        "description": "The scope of this framework includes the supply of single-use healthcare personal protective equipment (PPE) and associated consumables for NHS clinical settings, including but not limited to: Facemasks (Type IIR surgical masks, FFP3 respirators) Gowns (category III isolation gowns, dignity gowns) Eye Protection (full-face visors) Powered Air-Purifying Respirators (PAPRs) and accessories Fit Testing Equipment (qualitative and quantitative kits) Cape Hood Type PB 6B We seek solutions that: Provide effective infection prevention and control in healthcare environments, meeting relevant legislative standards for Medical Devices and/or PPE regulations where relevant. Ensure resilience and scalability, including surge capacity for public health emergencies and dynamic stock rotation of pandemic related stockpiling. Support a nationally coordinated stocked supply strategy, ensuring consistent availability of strategic PPE items, across the NHS. Simplify product ranges to those frequently purchased/required for the NHS, supported with robust clinical evidence, rationalising suppliers and product ranges to improve efficiency and resilience. Embed sustainability and ethical sourcing, including carbon reduction initiatives and compliance with labour standards. Address high-risk modern slavery concerns, requiring suppliers to demonstrate robust due diligence and independent third-party audits of their supply chains. Offer value for money, with periodic reopening of competition across Lots to aggregate purchasing nationally for committed annual volumes and enable continuous improvement. Provides transparency and clarity on product classification/type and intended use for protection, to reduce risk of misapplication. Offer innovation, demonstrating how products support value based procurement through whole life cost, social value, efficiency, patient and staff outcomes, supply chain and the support for adoption. Suppliers should demonstrate how their proposals achieve these outcomes, including approaches to resilience, sustainability, and ethical compliance.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35113400",
                        "description": "Protective and safety clothing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18444000",
                        "description": "Protective headgear"
                    },
                    {
                        "scheme": "CPV",
                        "id": "18143000",
                        "description": "Protective gear"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 917587963,
            "amount": 764656636,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-07-08T00:00:00+01:00",
                    "endDate": "2030-07-07T23:59:59+01:00",
                    "maxExtentDate": "2031-07-07T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planned"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-06-09T23:59:59+01:00"
        },
        "status": "planned",
        "aboveThreshold": true,
        "amendments": [
            {
                "id": "003269-2026",
                "description": "Change made within the Engagement Section of the notice to update the Registration Link for the webinar due to an incorrect link in the original notice. The correct link for Suppliers to Register for the Webinar is Platform: https://attendee.gotowebinar.com/register/5160963996406547291"
            },
            {
                "id": "011827-2026",
                "description": "Change made within the Engagement Section of the notice to update the Registration Link for the webinar due to an incorrect link in the original notice. The correct link for Suppliers to Register for the Webinar is Platform: https://attendee.gotowebinar.com/register/5160963996406547291 10/02/2026 Changes made to the dates held in the engagement process description: RFI Return Deadline: Original: 14/01/2926 NEW: 30/01/2026 Draft Product List and Spec Circulation: Original: 15/01/2026 NEW: 23/02/2026 Feedback Deadline: Original: 11/02/2026 4pm NEW: 13/03/2026 5pm If Circulated again feedback review: Original: 12/03/2026 NEW: Removed as will not be recirculated. Demonstration Days: Original: 03/02/2026 - 04/02/2026 NEW: 03/02/2026 - 05/02/2026 Webinar: Original: 25/02/2026 NEW: 15/04/2026 Change made to Submission - Estimated Tender Notice Date: Original: 02/06/2026 NEW: 09/06/2026"
            }
        ]
    },
    "language": "en"
}