Contract

Hand Hygiene Active Hand Shield

  • SUPPLY CHAIN COORDINATION LIMITED

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-005076

Procurement identifier (OCID): ocds-h6vhtk-0597e6 (view related notices)

Published 21 January 2026, 8:30am



Scope

Reference

1640

Description

This procurement relates to the provision of an antimicrobial hand shield solution designed for healthcare environments. The product offers contact kill and residual activity, incorporating:

Antimicrobial, non-leaching technology

Broad-spectrum protection

Residual efficacy with invisible coating

Contact kill mechanism

Suitable for healthcare workers, patients, and visitors

The solution aims to reduce healthcare-associated infections (HCAIs), improve patient outcomes, and enhance staff experience by reducing sickness and supporting skin integrity. NHS Supply Chain has identified this as a disruptive innovative product outside existing frameworks, aligning with its mandate from the Department of Health and Social Care to drive innovation.

Commercial tool

Establishes a framework


Framework

Maximum percentage fee charged to suppliers

0%

Framework operation description

This Framework Agreement establishes a structured mechanism for the supply of advanced antimicrobial hand protection solutions to NHS organisations and other eligible authorities. The Framework operates under the following principles:

Scope and Purpose:

The Framework covers the sole supply of an innovative antimicrobial hand shield solution designed to provide both immediate and residual protection against pathogens. The solution incorporates non-leaching technology, broad-spectrum antimicrobial properties, and an invisible coating with a contact-kill mechanism. Products include Primel Active Hand Shield in various formats and associated accessories.

Routes of Supply:

Goods will be made available via Transacted Routes of Supply (stock) through NHS Supply Chain's online catalogue. Direct Route of Supply is not applicable under this Framework.

Participating Authorities:

NHS Trusts, other NHS entities, government departments, and private sector organisations active in UK healthcare may access the Framework through NHS Supply Chain.

Ordering and Call-off:

Orders are placed without reopening competition, using Direct Award procedures in accordance with the Procurement Act 2023. Call-off Contracts will incorporate the Core Call-off Schedules and any applicable optional clauses as specified in the Framework Award Pack.

Operational Requirements:

The Supplier must comply with NHS Supply Chain's Operational Requirements, maintain ISO 13485 certification, and provide Key Management Information as set out in Annex 5. Business continuity provisions include pandemic-related enhanced measures and buffer stock requirements equivalent to eight weeks' anticipated volumes.

Social Value and Sustainability:

The Supplier is required to maintain a Carbon Reduction Plan aligned with NHS Net Zero Supplier Roadmap and report progress through the Evergreen Sustainable Supplier Assessment. Modern Slavery compliance is monitored via the MSAT tool.

Performance and Governance:

Regular review meetings will be held to monitor performance, supported by contract management reports detailing KPIs, complaints, and remedial actions. The Framework includes rights for termination for convenience and material breach, as well as escalation and dispute resolution processes.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

For Goods and/or Services ordered via the Transacted Routes of Supply as set out in the Framework Agreement Award Pack, only SCCL will place Orders. These Orders will then be made available for purchase by:

Any NHS Trust

Any other NHS entity, including Integrated Care Boards and commissioning organisations

Any government department, agency or other statutory body involved in healthcare delivery

Any private sector entity active in the UK healthcare sector

Orders will be processed through NHS Supply Chain's catalogue and governed by the Framework Agreement terms.


Contract 1. Hand Hygiene Active Hand Shield

Supplier

Contract value

  • £9,583,000 excluding VAT
  • £11,500,000 including VAT

Above the relevant threshold

Date signed

8 January 2026

Contract dates

  • 14 January 2026 to 11 June 2027
  • 1 year, 4 months, 29 days

Main procurement category

Goods

CPV classifications

  • 33741100 - Hand cleaner
  • 33741000 - Hand care products
  • 33711500 - Skin-care products
  • 33700000 - Personal care products
  • 33631600 - Antiseptics and disinfectants
  • 33631200 - Emollients and protectives
  • 33140000 - Medical consumables

Contract locations

  • UK - United Kingdom

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Direct award

Direct award justification

Single supplier - technical reasons

This product leverages advanced antimicrobial technology that provides broad-spectrum protection on contact. The active mechanism of the product forms a persistent, invisible barrier on skin and surfaces, with residual activity. Unlike conventional alcohol-based sanitizers, this formulation remains effective long after application. Currently, no other hand hygiene product on the market employs this specific long-acting antimicrobial technology.

Due to the absence of competition for technical reasons, only this supplier can supply the goods required.

Procurement Act 2023, Section 41, Schedule 5, Section 6


Supplier

Primel Corporation Ltd

  • Companies House: 14135962

280-282 Church Road

Birmingham

B26 3YH

United Kingdom

Region: UKG31 - Birmingham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1


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