Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
emma.pearson@supplychain.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
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
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com//
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com//
Tenders or requests to participate must be submitted to the above-mentioned address
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
Pressure Area Care and Patient Handling
two.1.2) Main CPV code
- 33192100 - Beds for medical use
two.1.3) Type of contract
Supplies
two.1.4) Short description
"NHS Supply Chain seeks to establish a Framework Agreement for Pressure Area Care and Patient Handling.
This includes the following requirements which have been sub-divided into Lots:
Lot 1: Beds, Mattresses, Pressure Reducing Products, Manual Handling Equipment and associated products.
Lot 2: Managed Service for Beds, Mattresses and associated products
Lot 3: Rental and Decontamination.
It is anticipated that in the first twelve months of the Framework, the total value of purchases under it will be around £42,110,000. For the full 48 month term, the anticipated value is around £198,450,000 . These values are approximate only and are based on the most recent historical usage information, with a forecasted level of usage. The value provided are for guidance only and are not a guarantee of business with successful Tenderers.
two.1.5) Estimated total value
Value excluding VAT: £198,450,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Beds, Mattresses, Pressure Reducing Products and Manual Handling Equipment and associated products
Lot No
1
two.2.2) Additional CPV code(s)
- 33190000 - Miscellaneous medical devices and products
- 33192100 - Beds for medical use
- 33192120 - Hospital beds
- 33192130 - Motorised beds
- 33192150 - Therapy beds
- 33192600 - Lifting equipment for health care sector
- 34946240 - Chairs and chair wedges
- 39143111 - Mattress supports
- 39143112 - Mattresses
- 39143116 - Cots
- 39512100 - Sheets
- 39512300 - Mattress covers
- 39516110 - Cushions
- 39541220 - Slings
- 42416300 - Hoists
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 the supply of Beds, Mattresses, Pressure Reducing Products and Manual Handling Equipment and associated products.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £151,400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2025
End date
30 November 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option for up to a total period of 4 years from the Commencement date.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £32,000,000 in the first year. These are 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
Managed Services for Beds, Mattresses and associated products
Lot No
2
two.2.2) Additional CPV code(s)
- 85111000 - Hospital services
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 the provision of Managed Services to include Beds, Mattresses and associated products
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £46,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2025
End date
30 November 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option for up to a total period of 4 years from the Commencement date.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £10,000,000 in the first year. These are 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
Rental and Decontamination
Lot No
3
two.2.2) Additional CPV code(s)
- 85110000 - Hospital and related services
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 is to provide rental and decontamination services to include Beds, Mattresses and associated products.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £550,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2025
End date
30 November 2027
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
This Framework Agreement will have the option for up to a total period of 4 years from the Commencement date.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £110,000 in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Applicants should refer to II.2 of this Contract Notice for further details in respect of appointment to the individual Lots across the Framework Agreement.
Applicants may bid for one, more than one or all of the Lots and Applicants should refer to the Invitation to Tender for more information in respect of this.
NHS Supply Chain expects to provide successful Suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives.
NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.
The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified as Non-Direct Contract Products which it will then 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.
For the supplies and/or services identified as Direct Contract Products 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.
(Delete if not applicable)For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt, and notwithstanding the estimate indicated at II.2.1, NHS Supply Chain does not guarantee any level of purchase through the framework and advises Applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain's eTendering portal at https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-023179
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 March 2025
Local time
3:00pm
Changed to:
Date
31 March 2025
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 7 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 March 2025
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at https://nhssupplychain.app.jaggaer.com//
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
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.
If registration has been completed:
— Login with URL https://nhssupplychain.app.jaggaer.com// .
— Click on ITTs Open to All Suppliers.
— Select from the following ITTs:
ITT_1559
ITT_1560
ITT_1561
Jaggaer Project Reference :1214
Please note: you must respond to ITT_1558 In addition to any lots you intend to respond to.
— Click on Express Interest.
— If you intend to respond select Intend to Respond.
Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.
For any technical help with the portal please contact:
Tel: 0800 069 8630 or email: help_uk@jaggaer.com
Please refer to Section III.1.1 for additional information.
six.4) Procedures for review
six.4.1) Review body
Not Applicable
Not Applicable
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Not Applicable
Not Applicable
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)