Planning

Medical Electrodes, CTG Monitoring and Gels

SUPPLY CHAIN COORDINATION LIMITED

This public procurement record has 2 releases in its history.

Planning

21 Apr 2026 at 16:08

Planning

21 Apr 2026 at 11:46

Summary of the contracting process

SUPPLY CHAIN COORDINATION LIMITED is the buying organisation for an upcoming procurement titled "Medical Electrodes, CTG Monitoring and Gels" located in London, United Kingdom. The procurement falls under the industry category of medical equipment and diagnostic supplies, specifically targeting medical electrodes and associated products, which are crucial for patient monitoring systems. As of the latest update on 21st April 2026, the procurement is in the planning stage with a framework agreement anticipated. Key deadlines have been outlined, including the expression of interest due by 22nd May 2026, followed by possible engagements and feedback opportunities from June to October 2026. Businesses interested in participating must register on the specified digital platform to access tender documentation, and the estimated framework value is approximately £140,000,000 over four years.

This procurement presents a significant opportunity for businesses in the healthcare manufacturing and supply sectors. It is particularly suitable for small and medium enterprises (SMEs) and voluntary community and social enterprises (VCSEs) that meet the stringent requirements set forth by the NHS Supply Chain, including ISO certifications, modern slavery compliance, and sustainability assessments. The demand for medical electrodes such as ECG, CTG, and neurology electrodes, as well as ultrasound and conductive gels, offers avenues for growth, with potential access to orders from NHS Trusts, governmental agencies, and private healthcare entities across the UK. Businesses able to ensure distribution rights and compliance with the procurement's frameworks will be strategically positioned to compete for a share of this substantial contract.

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

Notice Title

Medical Electrodes, CTG Monitoring and Gels

Notice Description

Framework Agreement for the supply of medical electrodes, CTG monitoring, gels and associated products, which is intended to include but is not limited to those listed below. Medical electrodes, CTG monitoring and associated products: ECG electrodes including pre-wired (adult, paediatric and neonatal) and accessories Neurology electrodes and accessories Bispectral index monitoring electrodes and accessories Gastric monitoring electrodes and accessories CTG monitoring and accessories Foetal scalp electrodes and accessories Ultrasound and conductive gels and associated products: Skin preparation Ultrasound gel and accessories Conductive gel associated with physiological monitoring electrodes and accessories The Authority estimates that, in the first 12 months of the Framework, the total value of purchases under it will be around PS30,000,000.00. For the full 48 month term, the anticipated value is around PS140,000,000.00. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of usage. The value provided are for guidance only and are not a guarantee of business with successful Tenderers. The Framework will be between the Authority and individual Supplier(s). The Authority will be entitled to purchase Goods which we will make available for purchase by: * any NHS Trust; * any other NHS entity; * any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or * any private sector entity active in the UK healthcare sector. Award of a place on the Framework does not guarantee any commitment by the Authority or its customers to place an order pursuant to the Framework. To participate in NHS Supply Chain's procurements, Tenderers must have registered on the Central Digital Platform (CDP) and shared this information with NHS Supply Chain via the CDP. It is free to use and will mean Tenderers should no longer have to re-enter this information for each public procurement but simply ensure it is up to date and subsequently shared. The CDP is available at https://www.gov.uk/find-tender. It is the Tenderer's responsibility to ensure the account set up in Jaggaer is in the correct company name. The following requirements are expected to apply, but are not limited to those listed, and may be updated in line with PPN requirements and/or best practice: * ISO Certification Tenderers must hold ISO 9001:2015, ISO 13485:2016, or Medical Device Single Audit Program (MDSAP) certification, accredited by the United Kingdom Accreditation Service (UKAS) or an internationally recognised equivalent. The certification must cover all relevant elements of the Tenderer's and the product's supply chain, including (but not limited to) sales, manufacturing, storage, and distribution (the "ISO Certification"). Acceptable UKAS alternatives are listed at: https://iaf.nu/en/accreditation-bodies/ * CE Certification and Declaration of Conformity Where applicable, valid CE Certification and Declarations of Conformity must be submitted at the tender submission stage. * Modern Slavery Statement Tenderers with an annual turnover of PS36 million or more must comply with the Modern Slavery Act 2015, publish an annually updated Modern Slavery Statement on their website, and provide a link to that statement. * Modern Slavery Assessment Tool (MSAT) Tenderers must have achieved an MSAT score of 41% or above within 12 months prior to the Tender Close Date. The assessment results must be shared with NHS Supply Chain Coordination via the share function on the Supplier Registration Service (SRS) Portal: https://supplierregistration.cabinetoffice.gov.uk/ * Evergreen Sustainable Supplier Assessment Tenderers must have completed the Evergreen Sustainable Supplier Assessment and achieved Level 1 or above within 12 months prior to the Tender Close Date. Guidance and access are available at: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ * Carbon Reduction Plan (CRP) Tenderers must provide a valid Carbon Reduction Plan (CRP) link on their website that meets the requirements of PPN 006 * Cyber Security Tenderers that handle patient or personal data, or provide IT systems, services, or devices, must either: o hold a valid Cyber Essentials Plus Certificate; or o where the Tenderer does not have a Cyber Essentials Plus Certificate, submit a completed Information Security Third Party Questionnaire (ISTPQ). * Distribution Agreements If tendering as a Distributor, the Tenderer must provide written evidence from the relevant Original Equipment Manufacturer (OEM) confirming that they have rights to distribute goods for the Term as defined in the Framework Agreement Award Pack. If the Term is extended, Distributors must provide further written evidence from the OEM confirming that they have rights to distribute goods for the remaining Maximum Term as defined in the Framework Agreement Award Pack.

Planning Information

NHS Supply Chain is seeking to engage with interested parties who can supply the goods detailed in the procurement description. Interested parties can express interest in the opportunity by following the instructions below: PORTAL ACCESS • Login with URL https://nhssupplychain.app.jaggaer.com// • Click on “SQs Open to All Suppliers” and search for the title of this procurement: SQ_665 - PME - Medical Electrodes, CTG Monitoring and Gels. EXPRESSION OF INTEREST • Click on the "EXPRESS INTEREST" button in the top right corner. • Answer the question in the Qualification Envelope. On receipt of an expression of interest, the Authority will contact interested participants with further details via email. This will include a pre-recorded supplier webinar and a request for information (RFI) document. The deadline for responding to the RFI is 15:00 GMT on 22nd May 2026. NOTE: The RFI document and any further communication relating to this PME activity will be issued via email from email address leila.bradshaw@supplychain.nhs.uk. Interested participants should monitor emails for correspondence from this email address. Prior to tender publication, a draft product list and specification may be circulated to interested participants for feedback. It is anticipated that draft documents will be shared in June/July 2026. All feedback must be sent to email address leila.bradshaw@supplychain.nhs.uk. The deadline for feedback will be provided when the draft documentation is circulated. The Authority will review the feedback received before the deadline. If significant amendments are made following this review, further circulation of amended drafts may take place. Should further engagement opportunities be scheduled prior to tender publication, interested participants will be contacted accordingly.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068746
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036326-2026
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

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33100000 - Medical equipments

33121500 - Electrocardiogram

33123210 - Cardiac-monitoring devices

33124130 - Diagnostic supplies

33195000 - Patient-monitoring system

Notice Value(s)

Tender Value
£140,000,000 £100M-£1B
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
22 Oct 20267 months to go
Award Date
Not specified
Contract Period
1 Feb 2028 - 31 Jan 2030 2-3 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

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-068746-2026-04-21T17:08:17+01:00",
    "date": "2026-04-21T17:08:17+01:00",
    "ocid": "ocds-h6vhtk-068746",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "036054-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036054-2026",
                "datePublished": "2026-04-21T12:46:29+01:00",
                "format": "text/html"
            },
            {
                "id": "036326-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/036326-2026",
                "datePublished": "2026-04-21T17:08:17+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "NHS Supply Chain is seeking to engage with interested parties who can supply the goods detailed in the procurement description. Interested parties can express interest in the opportunity by following the instructions below: PORTAL ACCESS * Login with URL https://nhssupplychain.app.jaggaer.com// * Click on \"SQs Open to All Suppliers\" and search for the title of this procurement: SQ_665 - PME - Medical Electrodes, CTG Monitoring and Gels. EXPRESSION OF INTEREST * Click on the \"EXPRESS INTEREST\" button in the top right corner. * Answer the question in the Qualification Envelope. On receipt of an expression of interest, the Authority will contact interested participants with further details via email. This will include a pre-recorded supplier webinar and a request for information (RFI) document. The deadline for responding to the RFI is 15:00 GMT on 22nd May 2026. NOTE: The RFI document and any further communication relating to this PME activity will be issued via email from email address leila.bradshaw@supplychain.nhs.uk. Interested participants should monitor emails for correspondence from this email address. Prior to tender publication, a draft product list and specification may be circulated to interested participants for feedback. It is anticipated that draft documents will be shared in June/July 2026. All feedback must be sent to email address leila.bradshaw@supplychain.nhs.uk. The deadline for feedback will be provided when the draft documentation is circulated. The Authority will review the feedback received before the deadline. If significant amendments are made following this review, further circulation of amended drafts may take place. Should further engagement opportunities be scheduled prior to tender publication, interested participants will be contacted accordingly.",
                "dueDate": "2026-10-21T23:59:59+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": "leila.bradshaw@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_1751",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Medical Electrodes, CTG Monitoring and Gels",
        "description": "Framework Agreement for the supply of medical electrodes, CTG monitoring, gels and associated products, which is intended to include but is not limited to those listed below. Medical electrodes, CTG monitoring and associated products: ECG electrodes including pre-wired (adult, paediatric and neonatal) and accessories Neurology electrodes and accessories Bispectral index monitoring electrodes and accessories Gastric monitoring electrodes and accessories CTG monitoring and accessories Foetal scalp electrodes and accessories Ultrasound and conductive gels and associated products: Skin preparation Ultrasound gel and accessories Conductive gel associated with physiological monitoring electrodes and accessories The Authority estimates that, in the first 12 months of the Framework, the total value of purchases under it will be around PS30,000,000.00. For the full 48 month term, the anticipated value is around PS140,000,000.00. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of usage. The value provided are for guidance only and are not a guarantee of business with successful Tenderers. The Framework will be between the Authority and individual Supplier(s). The Authority will be entitled to purchase Goods which we will make available for purchase by: * any NHS Trust; * any other NHS entity; * any government department, agency or other statutory body (for the avoidance of doubt including local authorities); and/or * any private sector entity active in the UK healthcare sector. Award of a place on the Framework does not guarantee any commitment by the Authority or its customers to place an order pursuant to the Framework. To participate in NHS Supply Chain's procurements, Tenderers must have registered on the Central Digital Platform (CDP) and shared this information with NHS Supply Chain via the CDP. It is free to use and will mean Tenderers should no longer have to re-enter this information for each public procurement but simply ensure it is up to date and subsequently shared. The CDP is available at https://www.gov.uk/find-tender. It is the Tenderer's responsibility to ensure the account set up in Jaggaer is in the correct company name. The following requirements are expected to apply, but are not limited to those listed, and may be updated in line with PPN requirements and/or best practice: * ISO Certification Tenderers must hold ISO 9001:2015, ISO 13485:2016, or Medical Device Single Audit Program (MDSAP) certification, accredited by the United Kingdom Accreditation Service (UKAS) or an internationally recognised equivalent. The certification must cover all relevant elements of the Tenderer's and the product's supply chain, including (but not limited to) sales, manufacturing, storage, and distribution (the \"ISO Certification\"). Acceptable UKAS alternatives are listed at: https://iaf.nu/en/accreditation-bodies/ * CE Certification and Declaration of Conformity Where applicable, valid CE Certification and Declarations of Conformity must be submitted at the tender submission stage. * Modern Slavery Statement Tenderers with an annual turnover of PS36 million or more must comply with the Modern Slavery Act 2015, publish an annually updated Modern Slavery Statement on their website, and provide a link to that statement. * Modern Slavery Assessment Tool (MSAT) Tenderers must have achieved an MSAT score of 41% or above within 12 months prior to the Tender Close Date. The assessment results must be shared with NHS Supply Chain Coordination via the share function on the Supplier Registration Service (SRS) Portal: https://supplierregistration.cabinetoffice.gov.uk/ * Evergreen Sustainable Supplier Assessment Tenderers must have completed the Evergreen Sustainable Supplier Assessment and achieved Level 1 or above within 12 months prior to the Tender Close Date. Guidance and access are available at: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ * Carbon Reduction Plan (CRP) Tenderers must provide a valid Carbon Reduction Plan (CRP) link on their website that meets the requirements of PPN 006 * Cyber Security Tenderers that handle patient or personal data, or provide IT systems, services, or devices, must either: o hold a valid Cyber Essentials Plus Certificate; or o where the Tenderer does not have a Cyber Essentials Plus Certificate, submit a completed Information Security Third Party Questionnaire (ISTPQ). * Distribution Agreements If tendering as a Distributor, the Tenderer must provide written evidence from the relevant Original Equipment Manufacturer (OEM) confirming that they have rights to distribute goods for the Term as defined in the Framework Agreement Award Pack. If the Term is extended, Distributors must provide further written evidence from the OEM confirming that they have rights to distribute goods for the remaining Maximum Term as defined in the Framework Agreement Award Pack.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33100000",
                        "description": "Medical equipments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33124130",
                        "description": "Diagnostic supplies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33121500",
                        "description": "Electrocardiogram"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33123210",
                        "description": "Cardiac-monitoring devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33195000",
                        "description": "Patient-monitoring system"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 168000000,
            "amount": 140000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2028-02-01T00:00:00+00:00",
                    "endDate": "2030-01-31T23:59:59+00:00",
                    "maxExtentDate": "2032-01-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "planned"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-10-22T23:59:59+01:00"
        },
        "status": "planned",
        "aboveThreshold": true
    },
    "language": "en"
}