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
| 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
Contact name: David Wickens
Email: indirectdatatechnology@Supplychain.nhs.uk
Website: https://www.supplychain.nhs.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - sub-central government