- Belfast Health & Social Care Trust
- Northern Health & Social Care Trust
- South Eastern Health & Social Care Trust
- Western Health & Social Care Trust
- Southern Health and Social Care Trust
- Strategic planning and performance group
- Northern Ireland Fire and Rescue Service
- Northern Ireland Ambulance Service HSC Trust
- Northern Ireland Blood Transfusion Service
- Department of Health
- NI Public Health Agency
- Department of Justice
Scope
Reference
5841475
Description
This tendering exercise aims at establishing a compliant and effective contract for the supply and delivery of Disinfection Products for use on Human Skin and Hard Surfaces for the region.
Commercial tool
Establishes a framework
Total value (estimated)
- £12,540,000 excluding VAT
- £15,048,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 September 2026 to 31 August 2030
- Possible extension to 29 February 2032
- 5 years, 6 months
Description of possible extension:
This is a closed framework for 48 months, however as detailed in the Mid-Tier Award
Form, there is for provision to extend the framework for periods up to an additional 18
months to facilitate an additional procurement competition.
Main procurement category
Goods
CPV classifications
- 33000000 - Medical equipments, pharmaceuticals and personal care products
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
This in an unranked framework for the provision of disinfection products for use on human skin and hard surfaces to the following bodies within Northern Ireland:
Belfast Health and Social Care Trust (BHSCT)
South Eastern Health and Social Care Trust (SEHSCT)
Northern Health and Social Care Trust (NHSCT)
Southern Health and Social Care Trust (SHSCT)
Western Health and Social Care Trust (WHSCT)
Business Services Organisation (BSO)
Regional Pharmaceutical Procurement Service (RPhPS)
Northern Ireland Ambulance Service (NIAS)
Northern Ireland Fire and Rescue Service (NIFRS)
Northern Ireland Blood Transfusion Service (NIBTS)
Public Health Agency (PHA)
Department of Health, Northern Ireland (DoH(NI))
Department of Justice, Northern Ireland (DOJ(NI))
Strategic Performance Planning Group (SPPG)
The Framework Agreement will operate either a Direct Call-Off system, a Partial Further
Competition or a Further Competition whereby the Buyer will engage the services of the
Framework Provider through a Direct Call-off or a form of further competition or both. In accordance with CP21 the Tender Assessment Methodology, all suppliers who meet the assessment criteria will be appointed to the framework. The framework does not rank suppliers, and call-off decisions will be made based on the Buyer's operational, clinical, and technical requirements:
-Continuity of Patient Care: Uninterrupted service is essential for patient safety and
clinical outcomes.
-Unpredictable, Ad-Hoc, or Low Volume Requirements: Demand is irregular or cannot be
forecasted reliably.
-Product Familiarity: End-users are familiar with the product, and switching would incur
disproportionate training or adaptation costs.
-Device or System Compatibility: The product must be compatible with existing systems or equipment.
-Patient-Specific Clinical Requirements: A clinician has determined a specific product is
necessary for an individual patient's clinical needs.
-Governance, quality control, and risk (e.g. standardisation, patient safety)
-Price and/or cost-effectiveness.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Conditions of Participation - Legal and Financial
15.1 Insurances
Suppliers must confirm that they will have prior to contract commencement date, the insurance as detailed within the terms and conditions of contract Schedule 22. Mandatory Requirement
Pass/Fail
To achieve a "Pass" Suppliers must confirm by answering "Yes" that they will have the insurance as detailed within the terms and conditions of contract Schedule 22 prior to the commencement date, a "No" response will result in a "Fail".
15.2 Insurances
Suppliers must insert details of insurances already in place
OR
Suppliers must insert details of insurances which will be obtained following contract award (including information on how this insurance will be obtained - e.g. a quote) Mandatory Requirement
Pass/Fail
To achieve a "Pass" Suppliers must insert the details of insurance already in place OR insert the details of the insurance which will be obtained following the contract award - including information on how the insurance will be obtained, failure to do so will result in a "Fail".
15.3 Bank details
Suppliers must insert the following bank details: the name, address and telephone number of their banker Mandatory Requirement
Pass/Fail
To achieve a "Pass" Suppliers must have provided their bank details - name, address and telephone number of their banker, failure to do so will result in a "Fail".
15.4 Banking History
Suppliers must provide evidence to demonstrate that they have the financial capacity required for the contract.
Note to Suppliers the Buyer will not be paying charges for information requested.
Please furnish this by providing the following:
- Account Name
- Sort Code
- Number of Years account has been opened. Mandatory Requirement
Pass/Fail
To achieve a "Pass" Suppliers must have provided their banking history to evidence that they have the financial capacity required for the contract, failure to do so will result in a "Fail".
15.5 Annual Turnover
Suppliers must indicate the annual turnover of their organisation over the last 3 financial years. If their organisation is part of a group, they must give figures for both their own organisation and the group.
Please provide proportional turnover figures in respect of the goods/services to which this contract relates for the previous 3 financial years
Example should be presented as follows:
Organisation
Year
Total Annual Turnover £
proportional Annual Turnover £ Mandatory Requirement
Pass/Fail
To achieve a "Pass" suppliers must have provided the annual turnover for their organisation or group (see 15.6) for the last 3 financial years, failure to do so will result in a "Fail".
15.6 Terms and Conditions
Suppliers must confirm that they have carefully read the documents attached, titled 'Mid-Tier' Core Terms and accompanying Schedules and confirm their acceptance of these terms. Mandatory Requirement
Pass/Fail
To achieve a "Pass" Suppliers must confirm by answering "Yes". A "No" response will result in a "Fail".
15.7 Mid-Tier Award Form
Suppliers must attach a completed Mid-Tier Award Form. Mandatory Requirement
Pass/Fail
To achieve a "Pass" Suppliers must have attached their completed Mid-Tier Award Form. Failure to do so will result in a "Fail".
Technical ability conditions of participation
Conditions of Participation - Technical Ability
16.1
16.1a - 16.1c Suppliers must provide details in questions 16.1a, 16.1b and 16.1c, of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work).
Mandatory Requirement
Pass/Fail
To achieve a "Pass" supplier, must have provided a minimum of one from the past three years. The named contact provided must be able to validate that the information provided in response to this question is accurate.
For consortium bids, or where you have indicated that you are relying on an associated person to meet the technical ability, you must have provided relevant examples of where the associated person has delivered similar requirements. If this was not possible (e.g. the consortium is newly formed or a special purpose vehicle is to be created for this contract) then three separate examples must have been provided between the principal member(s) of the proposed consortium or members of the special purpose vehicle or sub-contractors (three examples are not required from each member), a failure to provide any relevant examples will result in a "Fail".
Suppliers who are unable to respond to 16.1 should insert Not Applicable, but must provide a response to 16.2
16.2 Suppliers who cannot provide at least one example of previous relevant contracts held which are relevant to the requirement, must provide an explanation for this and how they meet the conditions of participation relating to technical ability in no more than 500 words e.g. your organisation is a new start-up or you have provided services in the past but not under a contract. Mandatory Requirement
Pass/Fail
To achieve a "Pass" Suppliers must have provided an explanation as to why they have been unable to provide an example of at least one previous relevant contract, and detail how they meet the conditions of participation relating to technical ability. Failure to do so will result in a "Fail".
16.3
Supply of Medical Devices (i) Compliance with ISO13485:2016 - Medical Devices Quality Management Systems Pass/Fail
Suppliers who supply or manufacture a product classed as a medical device must confirm that the manufacturer complies with ISO13485:2016 - Medical Devices Quality Management Systems.
In order to achieve a "Pass", Suppliers must provide a 'Yes' response, otherwise "Fail".
If a medical device is not being supplied, Suppliers should avail of the N/A option.
Supply of Medical Devices (ii) Compliance with the Medical Device supply / EU Authorised Representative Pass/Fail
Suppliers must confirm that, where they intend to supply medical devices, either individually or as part of a pack, such medical devices will be released and sold onto the NI market by an appropriate EU Authorised Representative (AR), in accordance with Medical Device Regulation (EU) 2017/745 (as amended/supplemented).
In order to achieve a "Pass", Suppliers must provide a 'Yes' response, otherwise "Fail".
If a medical device is not being supplied, Suppliers should avail of the N/A option.
16.4 Supply of Medicinal Products Compliance with Medicines Regulations Pass/Fail
To achieve a pass, Tenderers who supply or manufacture products classed as medicinal products must confirm compliance with the provision of the Medicines Acts 1968 and 1971 and the regulations made under the act and the Human Medicines Regulations 2012.
In order to achieve a "Pass", Suppliers must provide a 'Yes' response, otherwise "Fail".
If a medicinal product is not being supplied, Suppliers should avail of the N/A option.
16.5 Supply of Biocidal Products Compliance with Biocidal Products Regulations Pass/Fail
Suppliers who supply or manufacture a product classed as a biocidal product must confirm that they comply with Biocidal Products Regulation (EU) 528/2012.
In order to achieve a "Pass", Suppliers must provide a 'Yes' response, otherwise "Fail".
If a biocidal product is not being supplied, Suppliers should avail of the N/A option.
16.6 Confirmation of Supplier's Manufacturing Capabilities
This section only applies to those suppliers who supply or manufacture products classed as medicinal products. Suppliers must ensure the manufacture of any Products supplied under this Framework is undertaken by an organisation that holds an appropriate licence at all times (i.e. Manufacturer Authorisation (MIA) and complies with Good Manufacturing Practice (GMP)).
(i) Confirmation of Product Manufacturer's Authorisation (MIA) Pass/Fail
In order to achieve a "Pass", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a "Fail".
(ii) Confirmation of Good Manufacturer's Practice (GMP) Pass/Fail
In order to achieve a "Pass", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification (or a relevant Responsible Person (RP) statement) as outlined in clause 9.1 of the Schedule 2 (Specification) document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a "Fail".
16.7 Confirmation of Supplier's Licensing
This section is only applicable to those Tenderers who distribute products classed as medicinal products. Suppliers must ensure the distribution of any Product supplied under this Framework is undertaken by an organisation that holds an appropriate licence at all times (i.e. a Manufacturer Authorisation (MIA) or Wholesale Distribution Authorisation (WDA) and, where applicable, complies with Good Distribution Practice (GDP)).
(i) Confirmation of Wholesale Distribution Authorisation (WDA) Pass/Fail
In order to achieve a "Pass", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification to demonstrate compliance with the requirements as stated (this may be a WDA certificate or evidence that distribution of a medicinal product is provided for in the MIA in the event that the manufacturer is also the distributor of the product). Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a "Fail".
(ii) Confirmation of Good Distribution Practice (GDP) Pass/Fail
In order to achieve a "Pass", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification (or a relevant Responsible Person (RP) statement) as outlined in clause 9.1 of the Schedule 2 (Specification) document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a "Fail".
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
13 February 2026, 3:00pm
Tender submission deadline
26 February 2026, 2:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
25 May 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Compliance with Contract Scope and Specification | Confirmation of compliance with the Contract requirements as stated in Schedule 2 (Specification) |
Quality |
| Compliance with Product Specification | Confirmation of compliance with Product Specification (Annex A, Product Specification Requirements, Mid-Tier Schedule 2 (Specification)) |
Quality |
| Provision of Product Literature | Suppliers must provide the relevant product documentation for assessment by the Tender Assessment Panel during the evaluation stage. The product literature requirements are set out in Annex A Product... |
Quality |
| Availability of Product | Ability to supply from Framework commencement date. Target commencement date is 01/09/2026 |
Quality |
| Product Literature Assessment | Assessment of Product Documentation by Tender Assessment Panel to verify compliance with the product specification |
Quality |
Weighting description
PASS/FAIL
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authorities
Belfast Health & Social Care Trust
- Public Procurement Organisation Number: PLQJ-5727-JCLR
Trust Headquarters, 2nd Floor, Non Clinical Support Building, Royal Victoria Hospital
Belfast
BT12 6BA
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Northern Health & Social Care Trust
- Public Procurement Organisation Number: PGWQ-9948-YGNJ
Holywell Hospital
Antrim
BT41 2RL
United Kingdom
Region: UKN0D - Antrim and Newtownabbey
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
South Eastern Health & Social Care Trust
- Public Procurement Organisation Number: PLGY-6381-WWWR
Trust Headquarters, Ulster Hospital, Upper Newtownards Rd
Belfast
BT16 1RH
United Kingdom
Region: UKN0E - Lisburn and Castlereagh
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Western Health & Social Care Trust
- Public Procurement Organisation Number: PTVW-2397-PWCT
Altnagelvin Area Hospital, Glenshane Road
Derry
BT47 6SB
United Kingdom
Region: UKN0A - Derry City and Strabane
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Southern Health and Social Care Trust
- Public Procurement Organisation Number: PJCC-1957-RCGP
Craigavon Area Hospital, 68 Lurgan Road
Portadown
BT63 5QQ
United Kingdom
Email: dac@southerntrust.hscni.net
Region: UKN07 - Armagh City, Banbridge and Craigavon
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Strategic planning and performance group
- Public Procurement Organisation Number: PTLM-8233-CDNV
12-22 Linenhall Street
Belfast
BT2 8BS
United Kingdom
Email: SPPG.UserAdmin@hscni.net
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Northern Ireland Fire and Rescue Service
- Public Procurement Organisation Number: PLBR-6377-MHGZ
1 Seymour Street
Lisburn
BT27 4SX
United Kingdom
Email: NIFRSProcurement@nifrs.org
Region: UKN0E - Lisburn and Castlereagh
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Northern Ireland Ambulance Service HSC Trust
- Public Procurement Organisation Number: PDNY-7965-NNDW
Site 30 Knockbracken Healthcare Park, Saintfield Road
Belfast
BT8 8SG
United Kingdom
Email: Contracts@nias.hscni.net
Region: UKN0E - Lisburn and Castlereagh
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Northern Ireland Blood Transfusion Service
- Public Procurement Organisation Number: PTNY-7183-GXBY
Belfast City Hospital
Belfast
BT9 7TS
United Kingdom
Email: eamon.mccann@nibts.hscni.net
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Department of Health
- Public Procurement Organisation Number: PMMR-4168-NYRN
Castle Buildings, Stormont
Belfast
BT4 3SQ
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
NI Public Health Agency
- Public Procurement Organisation Number: PGGH-1787-BZLL
4th Floor , 12-22 Linenhall Street
Belfast
BT2 8BS
United Kingdom
Email: PHA.Operations@hscni.net
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Department of Justice
- Public Procurement Organisation Number: PNYR-2253-MGXT
Block C, Castle Buildings, Stormont Estate
Belfast
BT4 3SG
United Kingdom
Region: UKN06 - Belfast
Organisation type: Public authority - central government
Devolved regulations that apply: Northern Ireland
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
Regional Business Services Organisation, Procurement and Logistics Service
Summary of their role in this procurement: BSO PaLS are both a Contracting authority and tendering on behalf of all other organisations listed
- Public Procurement Organisation Number: PWNJ-1991-NGDW
77 Boucher Crescent
Belfast
BT12 6HU
United Kingdom
Email: PDRandOps.sourcing@hscni.net
Region: UKN06 - Belfast
Contact organisation
Contact Regional Business Services Organisation, Procurement and Logistics Service for any enquiries.