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 000-000915

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


Changes to notice

This notice has been edited. The previous version is still available.

Changes were made to provide additional clarity to the process and include Lotting to the Notice.

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

These categories have been separated into four lots:

Lot 1: Inventory Management Systems (IMS)

Lot 2: Point-of-Care Scanning Systems (PoC)

Lot 3: IMS & PoC Systems Combined

Lot 4: 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 Lots or any combination thereof, with no restrictions. Each Lot 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

Contract locations

  • UK - United Kingdom

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Inventory Management Systems (IMS)

Description

A system is required to oversee and manage inventory stock levels to ensure the right products are available at the right time, in the right quantity, and at the right location. The system will streamline processes to track goods from point of order to point of use. It will include stock tracking with near real-time visibility of inventory levels across multiple locations and support demand forecasting and order management to prevent stockouts and overstocking. The system will provide analytics and forecasting of historical data to predict future demand and optimise inventory levels with the capability to integrate with other platforms.

Lot value (estimated)

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

Framework lot values may be shared with other lots

CPV classifications

  • 48430000 - Inventory management software package
  • 48000000 - Software package and information systems
  • 48100000 - Industry specific software package
  • 72227000 - Software integration consultancy services

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Point-of-Care Scanning Systems (PoC)

Description

A system is required to enable the electronic capture of digital, typically barcoded, information at the point of care and/or consumption or use, typically (but not limited to) products, people, places and processes (process can include care, treatment, surgical or other interventional procedures planned, performed and/or cancelled and should allow for capture of multiple processes within one care episode). This will enable accurate identification and traceability, facilitating safer care and more efficient use of clinical resource.

Lot value (estimated)

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

Framework lot values may be shared with other lots

CPV classifications

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. IMS & PoC Systems Combined

Description

A single system is required that can deliver the functionality described above in Lots 1 and 2.

Lot value (estimated)

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

Framework lot values may be shared with other lots

CPV classifications

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

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Hardware and devices supporting inventory management and point-of-care scanning

Description

Portable electronic handheld devices are required that can capture and convert physical data, typically barcodes, into digital information. These will be used for inventory management and point of care scanning purposes.

Lot value (estimated)

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

Framework lot values may be shared with other lots

CPV classifications

  • 30216130 - Barcode readers
  • 30216110 - Scanners for computer use

Same for all lots

Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Framework operation description

Further Competition - available for all Lots - a call-off award following a mini-competition to which all Suppliers within the relevant Lot who are capable of providing the relevant Goods/Services will be invited.

Direct award (Lot 4 only) (Award Without Competition under the Procurement Act): the Buyer may directly award a Call Off Order to the Supplier with the best price capable of meeting all the requirements of the call off requirement.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

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 sctor entity active in the UK healthcare sector


Participation

Particular suitability

Lot 1. Inventory Management Systems (IMS)

Lot 2. Point-of-Care Scanning Systems (PoC)

Lot 3. IMS & PoC Systems Combined

Lot 4. Hardware and devices supporting inventory management and point-of-care scanning

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

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 Type Weighting
Technical Quality 60%
Commercial Price 30%
Social Value 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