Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Andrea Phillips
Andrea.phillips@supplychain.nhs.uk
Country
United Kingdom
Region code
UKI4 - Inner London – East
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
Buyer's address
https://www.gov.uk/government/organisations/department-of-health/about/procurement
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from another address:
NHS Supply Chain
Normanton
WF6 1TL
Andrea.phillips@supplychain.nhs.uk
Country
United Kingdom
Region code
UKE4 - West Yorkshire
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-of-health
Buyer's address
https://www.gov.uk/government/organisations/department-of-health/about/procurement
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://nhssupplychain.app.jaggaer.com/
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Wipes for Surface Cleaning & Disinfection
two.1.2) Main CPV code
- 33141118 - Wipes
two.1.3) Type of contract
Supplies
two.1.4) Short description
This notice is issued to inform potential suppliers of a procurement that NHS Supply Chain intends to commence during the subsequent 12 months for the provision of Wipes and accessories for the purpose of surface cleaning and disinfection. Products include but are not limited to Indicator Products, Combined Detergent & Disinfection, Detergent, Disinfection, Sporicidal and Sterile Alcohol wipes. Precise quantities are unknown.
Criteria applicable across all product lines:
Medical Devices Directive 93/42/EEC (as amended)
All products must have their CE marking evident on the product and/or packaging.
Or
Medical Devices Regulation 2017/745 (as amended)
All products must have their CE marking evident on the product and/or packaging.
CLP Regulation (EC) 1272/2008
REACH Regulation (EC) No 1907/2006
EU Biocides Regulation 528/2012 (EU BPR)
It is anticipated that initial expenditure will be in the region of £31,273,365 (Cost Inc. VAT) in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. The estimated value over the total Framework Agreement term (3+1-year term) is anticipated to be approximately £149,891,653 (Cost Inc. VAT)
The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.
NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
two.1.5) Estimated total value
Value excluding VAT: £124,909,710
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 6
two.2) Description
two.2.1) Title
Indicator Products
Lot No
1
two.2.2) Additional CPV code(s)
- 22816300 - Sticky-note pads
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for adhesive notes or tape used to indicate that a device has been cleaned. For avoidance of doubt this Lot does not include chemical indicators.
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £523,597 Inc. VAT in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Combined 2 in 1 Wipes
Lot No
2
two.2.2) Additional CPV code(s)
- 33141118 - Wipes
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for Wipes that are impregnated with a detergent and disinfectant liquid for the cleaning and disinfection of surfaces and/or non-invasive medical devices. All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector.
All products on this Lot must meet current standards and Regulations: Regulation (EC) No 648/2004 on detergents: If applicable to combination wipes with both detergent & disinfection action
BS EN 16615:2015
Chemical disinfectants and antiseptics. Quantitative test method for the evaluation of bactericidal and Yeasticidal activity on non-porous surfaces with mechanical action employing wipes in the medical area (4- field test). Test method and requirements (phase 2, step 2)
Amendment to the standard requirements:
• The maximum contact time must be 2 minutes or shorter
• Testing must be conducted in “dirty” conditions as prescribed in the standard BS EN 16615:2015
BS EN 14476:2013+A2:2019
Chemical disinfectants and antiseptics. Quantitative suspension test for the evaluation of virucidal activity in the medical area. Test method and requirements (Phase 2/Step 1)
Amendment to the standard requirements:
• The maximum contact time must be 2 minutes or shorter
• Minimum spectrum of test organisms - Virucidal activity against enveloped viruses and Norovirus.
• Testing must be conducted in “dirty” conditions as prescribed in the standard BS EN 14476:2013+A2:2019.
• Testing must be conducted with liquid extracted from the wipe.
And where applicable and available the following:
BS EN 16777:2018
Chemical disinfectants and antiseptics. Quantitative non-porous surface test without mechanical action for the evaluation of virucidal activity of chemical disinfectants used in the medical area. Test method and requirements (phase 2/step 2)
BS EN 14885:2018
Chemical disinfectants and antiseptics. Application of European Standards for chemical disinfectants and antiseptics
Wipes must be tested at laboratories that are UKAS or independent Equivalent accredited with BS EN 17025:2017.
NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be).
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £21,278,779 Inc. VAT in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Detergent Wipes
Lot No
3
two.2.2) Additional CPV code(s)
- 33141118 - Wipes
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for Wipes that are impregnated with a detergent solution, used for cleaning and damp dusting without additional antimicrobial agents. All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector.
All products must meet current standards and Regulations:
Detergents Regulation (EC) No.684/2004
NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be)
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of£1,181,111 Inc. VAT in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Sporicidal Wipes
Lot No
4
two.2.2) Additional CPV code(s)
- 33141118 - Wipes
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for Wipes that are impregnated with active ingredients that have sporicidal properties, for example, peracetic acid, hydrogen peroxide or chlorine both wet and dry. All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector.
All products must meet current standards and Regulations:
BS EN 17126:2018
Chemical disinfectants and antiseptics. Quantitative suspension test for the evaluation of sporicidal activity of chemical disinfectants in the medical area. Test method and requirements (phase 2, step 1)
Amendment to the standard requirements:
• The maximum contact time for a suspension test must be 5 minutes or shorter
• Must use Clostridium difficile spores as one of the test organisms
• Testing must be conducted in “dirty” conditions as prescribed in the standard.
• Testing must be conducted with liquid extracted from the wipe
And where applicable and available the following:
BS EN 14476:2013+A2:2019
Chemical disinfectants and antiseptics. Quantitative suspension test for the evaluation of virucidal activity in the medical area. Test method and requirements (Phase 2/Step 1)
Amendment to the standard requirements:
• The maximum contact time must be 2 minutes or shorter
• Minimum spectrum of test organisms - Virucidal activity against enveloped viruses and Norovirus.
• Testing must be conducted in “dirty” conditions as prescribed in the standard.
• Testing must be conducted with liquid extracted from the wipe.
Wipes must be tested at laboratories that are UKAS or independent Equivalent accredited with BS EN 17025:2017.
NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be).
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,971,091 Inc. VAT in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Disinfection Wipes
Lot No
5
two.2.2) Additional CPV code(s)
- 33141118 - Wipes
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for Sterile Cleanroom Wipes that are impregnated with a solution that contains disinfectant liquid and/or alcohol but can also contain other active ingredients for the disinfection of surfaces and/or non-invasive medical devices. All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector.
All products must meet current standards and Regulations:
BS EN 16615:2015
Chemical disinfectants and antiseptics. Quantitative test method for the evaluation of bactericidal and Yeasticidal activity on non-porous surfaces with mechanical action employing wipes in the medical area (4- field test). Test method and requirements (phase 2, step 2)
Amendment to the standard requirements:
• The maximum contact time must be 2 minutes or shorter
• Testing must be conducted in “clean” conditions as prescribed in the standard.
BS EN 14476:2013+A2:2019
Chemical disinfectants and antiseptics. Quantitative suspension test for the evaluation of virucidal activity in the medical area. Test method and requirements (Phase 2/Step 1)
Amendment to the standard requirements:
• The maximum contact time must be 2 minutes or shorter
• Testing must be conducted in “clean” conditions as prescribed in the standard
• Minimum spectrum of test organisms - Virucidal activity against enveloped viruses and Norovirus, Alcohol products are exempt from testing Norovirus.
• Testing must be conducted with liquid extracted from the wipe
And where applicable and available the following:
BS EN ISO 11137-1:2015+A2:2019
Sterilization of health care products. Radiation — Requirements for development, validation and routine control of a sterilization process for medical devices.
BS EN ISO 17665:2024
Sterilization of health care products. Moist heat. Requirements for the development, validation and routine control of a sterilization process for medical devices.
BS EN 556-2:2024
Sterilization of medical devices. Requirements for medical devices to be designated ""STERILE"" — Requirements for aseptically processed medical devices
BS EN 16777:2018
Chemical disinfectants and antiseptics. Quantitative non-porous surface test without mechanical action for the evaluation of virucidal activity of chemical disinfectants used in the medical area. Test method and requirements (phase 2/step 2).
BS EN 14885:2022
Chemical disinfectants and antiseptics. Application of European Standards for chemical disinfectants and antiseptics.
Wipes must be tested at laboratories that are UKAS or independent Equivalent accredited with BS EN 17025:2017.
NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be).
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £5,046,787 Inc. VAT in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.2) Description
two.2.1) Title
Sterile Cleanroom Wipes
Lot No
6
two.2.2) Additional CPV code(s)
- 33141118 - Wipes
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various Locations in the UK
two.2.4) Description of the procurement
This Lot is for Sterile Cleanroom Wipes that are impregnated with a solution that contains disinfectant liquid and/or alcohol but can also contain other active ingredients for the disinfection of surfaces and/or non-invasive medical devices. All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector.
All products must meet current standards and Regulations:
BS EN 16615:2015
Chemical disinfectants and antiseptics. Quantitative test method for the evaluation of bactericidal and Yeasticidal activity on non-porous surfaces with mechanical action employing wipes in the medical area (4- field test). Test method and requirements (phase 2, step 2)
Amendment to the standard requirements:
• The maximum contact time must be 2 minutes or shorter
• Testing must be conducted in “clean” conditions as prescribed in the standard.
BS EN 14476:2013+A2:2019
Chemical disinfectants and antiseptics. Quantitative suspension test for the evaluation of virucidal activity in the medical area. Test method and requirements (Phase 2/Step 1)
Amendment to the standard requirements:
• The maximum contact time must be 2 minutes or shorter
• Testing must be conducted in “clean” conditions as prescribed in the standard
• Minimum spectrum of test organisms - Virucidal activity against enveloped viruses and Norovirus, Alcohol products are exempt from testing Norovirus.
• Testing must be conducted with liquid extracted from the wipe
And where applicable and available the following:
BS EN ISO 11137-1:2015+A2:2019
Sterilization of health care products. Radiation — Requirements for development, validation and routine control of a sterilization process for medical devices.
BS EN ISO 17665:2024
Sterilization of health care products. Moist heat. Requirements for the development, validation and routine control of a sterilization process for medical devices.
BS EN 556-2:2024
Sterilization of medical devices. Requirements for medical devices to be designated "STERILE" — Requirements for aseptically processed medical devices
BS EN 16777:2018
Chemical disinfectants and antiseptics. Quantitative non-porous surface test without mechanical action for the evaluation of virucidal activity of chemical disinfectants used in the medical area. Test method and requirements (phase 2/step 2).
BS EN 14885:2022
Chemical disinfectants and antiseptics. Application of European Standards for chemical disinfectants and antiseptics.
Wipes must be tested at laboratories that are UKAS or independent Equivalent accredited with BS EN 17025:2017.
NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be).
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,272,000 Inc. VAT in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
two.3) Estimated date of publication of contract notice
10 July 2025
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to
commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.
NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.
Please note this procurement will be conducted in accordance with the Procurement Act 2023 and the Procurement Regulations 2024.
The following will be mandatory requirements of the upcoming tender exercise:
- ISO 9001: 2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all
segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage, and distribution. If Quality Assurance Standard certificates are not in the name of the Applicant, then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain.
-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device
Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to
Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).
- The Insurances set out below, evidence of which should be an Insurance Certificate or a
signed Broker’s letter.
> Employers Liability Insurance cover of £5m per claim in the name of the Applicant
> Public Liability Insurance cover of £5m per claim in the name of the Applicant
> Product Liability Insurance cover of £5m per claim in the name of the Applicant or £5m per claim and in the annual aggregate
- MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21).
- All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen
Assessment as part of the tendering process. This must be completed annually.
https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/
- As a minimum (and further requirements may be set out in the tender documents), Applicants are
required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the future tender close date (PPN 02/23).
As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these
products via a Request for Information (RFI). If you would like to complete the Request for Information,
please follow the below instructions:
Candidates wishing to complete the Request for Information must register their expression of interest.
The Request for Information document will then be sent via the Jaggaer Messaging Centre.
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
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers”.
EXPRESSION OF INTEREST
- Find SQ_574 - RFI Wipes for Cleaning and Disinfection and click on the blue text.
- Click on the ‘EXPRESS INTEREST’ button in the top right corner.
RFI
- The Request for Information Document will be available in the Qualification envelope and attachments
tab.
- Responses to the RFI should be returned as an attachment to a message in the SQ.