Notice Information
Notice Title
Medical Simulations Devices and Technologies
Notice Description
Supply Chain Coordination Limited ("NHS Supply Chain") is exploring options in further developing a Medical Simulation Devices & Technologies Framework. The aim is to ensure we can support our customers with simulation, immersive technologies and training aid requirements as the need for more effective and advanced training becomes ever important. Covering physical and immersive training aids. The Framework Agreement will be between Supply Chain Coordination Limited ("NHS Supply Chain") and the Supplier. The framework will be a 2+2 duration and and outlines structure as follows however this is under review and may be amended following consultation: The framework will be divided into the following lot structure; Lot 1- Manikins and Task Trainers Covering but not limited to. Resus Basic CPR Manikins (Adult, child, and infant models), Advanced Life Support (ALS) Manikins, Task Trainers Airway Management Trainers, IV and Injection Trainers, -IV arm trainers (with palpable veins) Central line insertion trainers, Diagnostic Skills Trainers -Breast and testicular exam models, Heart and lung sound trainers, Eye and ear exam trainers. Surgical and Procedural Trainers-Suturing pads, Laparoscopic trainers, Lumbar puncture simulators. Rental Services Room rental, mobile service, manikin rental. Ultrasound and Prenatal/Postnatal Prenatal & Postnatal Simulation Training Products-Birthing Simulator, Cervical dilation modules, Clinical Female Pelvic Trainer, Episiotomy suturing kits, Ultrasound Simulation Manikins & Training Products, Postpartum haemorrhage trainers, Surgical Simulation Spinal cord injury and fixation models, Hyper-realistic surgical manikins -adult, child, senior, Surgical task tables Trauma Trauma Simulation Manikins, Multi Trauma Simulation Manikins, Casualty Simulation Kits, Moulage kits for realistic trauma injuries Lot 2 - Immersive Technology and Services Covering but not limited to- Immersive and Training Technologies, Systems and Services Virtual Reality (VR) Simulation Systems, Augmented Reality (AR) Trainers, Mixed Reality (MR) Platforms, Immersive Projection Rooms / Simulation Domes, Real time recording with feedback, Simulated EPR We are in the process of reviewing this structure and welcome engagement with suppliers as part of that review. It is anticipated that initial estimated expenditure value over the total Framework Agreement term (including any extension options) will be in the region of: * 4-year framework term option: PS210m for the 4 years in total excluding VAT. * This will be a 2+2 agreement . Please note that this is an estimate only, as the final term of the Framework Agreement is still under active review during preliminary market engagement and has not yet been confirmed. The values provided may vary depending on the specific requirements of the participating bodies using the Framework. The Framework requirements will include but are not limited to: * ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderer's and the product's supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies') * CE Certification and Declaration of Conformity: certificates where applicable to be presented at submission stage of the tender. * Modern Slavery: Tenderers that have an annual turnover of at least PS36 million must provide a link to their modern slavery statement on their website * Modern Slavery Assessment Tool (MSAT): Tenderers must have a score of 41% or above within 12 months of the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/ * Evergreen Sustainable Supplier Assessment: Tenderers will need to have completed the assessment and achieved a minimum of Level 1 by the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ * Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR excused in exceptional circumstances. , CRP has to be dated within the 12 months prior to tender close date. * Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate For further guidance please visit Net Zero Supply Chain and Suppliers. This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com// Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows: 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 Selection Questionares (SQs) Open to All Suppliers. -- Select from the following SQs -- Select from the following SQ_645
Planning Information
To support the development of a comprehensive strategy and set of requirements, Supply Chain Coordination Limited (“NHS Supply Chain”) (the Authority) is initiating a Preliminary Market Engagement (PME). This process is intended to consult the market and identify potential suppliers capable of meeting the emerging goods and services requirements. Through this engagement, the Authority aims to understand supplier capacity, explore opportunities for innovation, and ensure all interested parties are informed of this opportunity. The Preliminary Market Engagement (PME) will cover the following activities: • Interested suppliers are invited to submit an Expression of Interest (EOI) via the Jaggaer system. • Suppliers who express an interest will be provided with the draft specifications and product list, which are currently under development. This is expected to take place in March 2026 (STC). The Authority will invite feedback and assumptions based on these documents • We will maintain regular dialogue with suppliers who have expressed an interest, initiating exploratory conversations to understand their offerings and assess alignment with our requirements. These conversations will take place via Microsoft Teams, telephone, or face-to-face meetings, depending on suitability and availability . • Suppliers who have expressed an interest in this opportunity are encouraged to engage with us through scheduled calls, meetings, and other appropriate channels. The Authority sincerely appreciates your engagement and looks forward to receiving your considered input throughout the course of this process.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-061261
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013506-2026
- 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
34 - Transport equipment and auxiliary products to transportation
35 - Security, fire-fighting, police and defence equipment
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
45 - Construction work
48 - Software package and information systems
80 - Education and training services
85 - Health and social work services
-
- CPV Codes
34150000 - Simulators
35112100 - Emergency training dolls
39162200 - Training aids and devices
45214800 - Training facilities building
48931000 - Training software package
80000000 - Education and training services
80320000 - Medical education services
80560000 - Health and first-aid training services
80561000 - Health training services
80562000 - First-aid training services
85140000 - Miscellaneous health services
Notice Value(s)
- Tender Value
- £210,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Feb 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- 2 Jul 20265 months to go
- Award Date
- Not specified
- Contract Period
- 8 May 2027 - 8 May 2029 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SUPPLY CHAIN COORDINATION LIMITED
- Contact Name
- Not specified
- Contact Email
- simulation@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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013506-2026
13th February 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010752-2026
6th February 2026 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/008205-2026
29th January 2026 - Pipeline notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-061261-2026-02-13T14:57:50Z",
"date": "2026-02-13T14:57:50Z",
"ocid": "ocds-h6vhtk-061261",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "008205-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/008205-2026",
"datePublished": "2026-01-29T16:26:46Z",
"format": "text/html"
},
{
"id": "010752-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010752-2026",
"datePublished": "2026-02-06T08:47:48Z",
"format": "text/html"
},
{
"id": "013506-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013506-2026",
"datePublished": "2026-02-13T14:57:50Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "To support the development of a comprehensive strategy and set of requirements, Supply Chain Coordination Limited (\"NHS Supply Chain\") (the Authority) is initiating a Preliminary Market Engagement (PME). This process is intended to consult the market and identify potential suppliers capable of meeting the emerging goods and services requirements. Through this engagement, the Authority aims to understand supplier capacity, explore opportunities for innovation, and ensure all interested parties are informed of this opportunity. The Preliminary Market Engagement (PME) will cover the following activities: * Interested suppliers are invited to submit an Expression of Interest (EOI) via the Jaggaer system. * Suppliers who express an interest will be provided with the draft specifications and product list, which are currently under development. This is expected to take place in March 2026 (STC). The Authority will invite feedback and assumptions based on these documents * We will maintain regular dialogue with suppliers who have expressed an interest, initiating exploratory conversations to understand their offerings and assess alignment with our requirements. These conversations will take place via Microsoft Teams, telephone, or face-to-face meetings, depending on suitability and availability . * Suppliers who have expressed an interest in this opportunity are encouraged to engage with us through scheduled calls, meetings, and other appropriate channels. The Authority sincerely appreciates your engagement and looks forward to receiving your considered input throughout the course of this process.",
"dueDate": "2026-07-02T23:59:59+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": "simulation@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_ 1700",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Medical Simulations Devices and Technologies",
"description": "Supply Chain Coordination Limited (\"NHS Supply Chain\") is exploring options in further developing a Medical Simulation Devices & Technologies Framework. The aim is to ensure we can support our customers with simulation, immersive technologies and training aid requirements as the need for more effective and advanced training becomes ever important. Covering physical and immersive training aids. The Framework Agreement will be between Supply Chain Coordination Limited (\"NHS Supply Chain\") and the Supplier. The framework will be a 2+2 duration and and outlines structure as follows however this is under review and may be amended following consultation: The framework will be divided into the following lot structure; Lot 1- Manikins and Task Trainers Covering but not limited to. Resus Basic CPR Manikins (Adult, child, and infant models), Advanced Life Support (ALS) Manikins, Task Trainers Airway Management Trainers, IV and Injection Trainers, -IV arm trainers (with palpable veins) Central line insertion trainers, Diagnostic Skills Trainers -Breast and testicular exam models, Heart and lung sound trainers, Eye and ear exam trainers. Surgical and Procedural Trainers-Suturing pads, Laparoscopic trainers, Lumbar puncture simulators. Rental Services Room rental, mobile service, manikin rental. Ultrasound and Prenatal/Postnatal Prenatal & Postnatal Simulation Training Products-Birthing Simulator, Cervical dilation modules, Clinical Female Pelvic Trainer, Episiotomy suturing kits, Ultrasound Simulation Manikins & Training Products, Postpartum haemorrhage trainers, Surgical Simulation Spinal cord injury and fixation models, Hyper-realistic surgical manikins -adult, child, senior, Surgical task tables Trauma Trauma Simulation Manikins, Multi Trauma Simulation Manikins, Casualty Simulation Kits, Moulage kits for realistic trauma injuries Lot 2 - Immersive Technology and Services Covering but not limited to- Immersive and Training Technologies, Systems and Services Virtual Reality (VR) Simulation Systems, Augmented Reality (AR) Trainers, Mixed Reality (MR) Platforms, Immersive Projection Rooms / Simulation Domes, Real time recording with feedback, Simulated EPR We are in the process of reviewing this structure and welcome engagement with suppliers as part of that review. It is anticipated that initial estimated expenditure value over the total Framework Agreement term (including any extension options) will be in the region of: * 4-year framework term option: PS210m for the 4 years in total excluding VAT. * This will be a 2+2 agreement . Please note that this is an estimate only, as the final term of the Framework Agreement is still under active review during preliminary market engagement and has not yet been confirmed. The values provided may vary depending on the specific requirements of the participating bodies using the Framework. The Framework requirements will include but are not limited to: * ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderer's and the product's supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies') * CE Certification and Declaration of Conformity: certificates where applicable to be presented at submission stage of the tender. * Modern Slavery: Tenderers that have an annual turnover of at least PS36 million must provide a link to their modern slavery statement on their website * Modern Slavery Assessment Tool (MSAT): Tenderers must have a score of 41% or above within 12 months of the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/ * Evergreen Sustainable Supplier Assessment: Tenderers will need to have completed the assessment and achieved a minimum of Level 1 by the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ * Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR excused in exceptional circumstances. , CRP has to be dated within the 12 months prior to tender close date. * Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate For further guidance please visit Net Zero Supply Chain and Suppliers. This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com// Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows: 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 Selection Questionares (SQs) Open to All Suppliers. -- Select from the following SQs -- Select from the following SQ_645",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "34150000",
"description": "Simulators"
},
{
"scheme": "CPV",
"id": "35112100",
"description": "Emergency training dolls"
},
{
"scheme": "CPV",
"id": "39162200",
"description": "Training aids and devices"
},
{
"scheme": "CPV",
"id": "45214800",
"description": "Training facilities building"
},
{
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
{
"scheme": "CPV",
"id": "48931000",
"description": "Training software package"
},
{
"scheme": "CPV",
"id": "80320000",
"description": "Medical education services"
},
{
"scheme": "CPV",
"id": "80560000",
"description": "Health and first-aid training services"
},
{
"scheme": "CPV",
"id": "80561000",
"description": "Health training services"
},
{
"scheme": "CPV",
"id": "80562000",
"description": "First-aid training services"
},
{
"scheme": "CPV",
"id": "85140000",
"description": "Miscellaneous health services"
}
],
"relatedLot": "1",
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amountGross": 252000000,
"amount": 210000000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"techniques": {
"hasFrameworkAgreement": true
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-05-09T00:00:00+01:00",
"endDate": "2029-05-08T23:59:59+01:00",
"maxExtentDate": "2031-05-08T23:59:59+01:00"
},
"hasRenewal": true,
"status": "planned"
}
],
"communication": {
"futureNoticeDate": "2026-07-02T23:59:59+01:00"
},
"status": "planned",
"aboveThreshold": true,
"amendments": [
{
"id": "013506-2026",
"description": "Addition of guidance to how candidates can locate the SQ on the Jaggaer eProcurement portal."
}
]
},
"language": "en"
}