Tender

Scan4Safety - Supply of IMS & POC Scanning System and Associated Hardware Devices

  • SUPPLY CHAIN COORDINATION LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-000844

Procurement identifier (OCID): ocds-h6vhtk-052b07 (view related notices)

Published 6 January 2026, 5:35pm

Last edited 7 January 2026, 9:42am

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

Reference

Project 1623 Scan4Safety

Description

This procurement is in relation to managing high-risk medical devices and healthcare consumables across the supply chain, in-trust inventory management and point-of-care services which are crucial for enhancing patient safety, supply chain resilience, clinical productivity, and cost efficiency.

NHS Supply Chain is inviting interactions with qualified supplier organisations capable of delivering these services as part of the tender process. The tender will establish a framework agreement encompassing the following service requirements:

-Inventory Management Systems

-Point-of-Care Scanning Systems

-Hardware and devices supporting inventory management and point-of-care scanning

Suppliers are expected to contribute to the development of final requirements based on their ability to deliver one, two, or all of these services. They may bid for individual categories or any combination thereof, with no restrictions. Each category will be evaluated independently, and inclusion in the framework will be awarded accordingly.

Commercial tool

Establishes a framework

Total value (estimated)

  • £200,000,000 excluding VAT
  • £240,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 27 March 2026 to 26 March 2030
  • 4 years

Main procurement category

Services

CPV classifications

  • 48430000 - Inventory management software package
  • 48000000 - Software package and information systems
  • 48100000 - Industry specific software package
  • 72227000 - Software integration consultancy services
  • 30216130 - Barcode readers
  • 30216110 - Scanners for computer use

Contract locations

  • UK - United Kingdom

Justification for not using lots

Time and technical restraints to split out the tender documentation into separate lots. The Documents had been created as single versions covering all lots from the beginning.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Framework operation description

This will be a further competition for all lots, and direct award for lot 4 - Hardware and Devices. Please see the ITT Instructions document for the Framework full operation.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

NHS Trusts Only


Submission

Enquiry deadline

21 January 2026, 3:00pm

Tender submission deadline

11 February 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

13 March 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Commercial Envelope

Financial scores will be calculated on a total aggregated price basis, across the three Trust sizes detailed within Annex 1F. The Tender with the lowest price submitted will be awarded the full 30%...

Price 30%
Merging of Stock/Clinical Areas

Referring to Annex 1G (Qualitative Questions), please detail how your solution manages the merging of stock/clinical services

Quality 15%
Order Failure

Referring to Annex 1G (Qualitative Questions), please detail in steps taken on how an end user would be able to pick through data in the scenario of an order that had not been delivered

Quality 15%
Audit

Referring to Annex 1G (Qualitative Questions), please detail how your solution can provide audited evidence of user actions for Freedom of Information Requests and Internal Requests

Quality 10%
Messaging

Referring to Annex 1G (Qualitative Questions), please detail your process for end user notifications of system downtime and new releases

Quality 10%
Product Range Change

Referring to Annex 1G (Qualitative Questions), please detail in steps how your solution would support a product range change, from the first notification to the change being completed (this includes...

Quality 10%
Social Value

Please see Annex 1G for Social Value Questions.

Quality 10%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

SUPPLY CHAIN COORDINATION LIMITED

  • Public Procurement Organisation Number: PLLH-1887-BMRL

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

United Kingdom

Region: UKI45 - Lambeth

Organisation type: Public authority - sub-central government