Tender

Infusion Pumps, Administration Sets and Associated Products 2026

  • SUPPLY CHAIN COORDINATION LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-009171

Procurement identifier (OCID): ocds-h6vhtk-051ea3 (view related notices)

Published 2 February 2026, 4:53pm

Last edited 2 February 2026, 6:36pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

Reference

Project_1604- Infusion Pumps Administration Sets and Associated products 2026

Description

A Framework Agreement for the procurement of Infusion Pumps Administration Sets and Associated Products to provide the intravenous delivery of solutions and bloods to a patient. This will include but not limited to:

1. Electrical and Battery-Operated Infusion Pumps - examples include Volumetric Pumps, Syringe Pumps, Patient Controlled Analgesia Pumps, Anaesthetic Pumps, Epidural Pumps

2. Pump Dedicated Administration Sets

3. Gravity Administration Sets - examples include solution, blood and burette sets.

4. Disposable Infusion Pumps

5. Peripheral IV site monitoring Device

Note: For future tenders the following requirements will apply:

• ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderer's and the product's supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies')

• CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender.

• Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website

• Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12months of the Tender Publication Date via https://supplierregistration.cabinetoffice.gov.uk/

• Evergreen Sustainable Supplier Assessment - Tenderers will need to have completed the assessment within 12months of the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/

• Carbon Reduction Plan (CRP): Tenders must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances

• Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate

Commercial tool

Establishes a framework

Total value (estimated)

  • £320,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 23 March 2027 to 22 March 2029
  • Possible extension to 22 March 2031
  • 4 years

Description of possible extension:

2

Options

The right to additional purchases while the contract is valid.

This Framework Agreement will have the option to extend incrementally for a further 24 Months

Main procurement category

Goods

CPV classifications

  • 33194000 - Devices and instruments for transfusion and infusion
  • 33194110 - Infusion pumps
  • 33194200 - Devices and instruments for transfusion
  • 33141624 - Administration sets
  • 33194120 - Infusion supplies
  • 33100000 - Medical equipments

Contract locations

  • UK - United Kingdom

Lot 1. Electrical and Battery-Operated Infusion Pumps

Description

This will include but not limited to Electrical and Battery-Operated Infusion Pumps - examples include Volumetric Pumps, Syringe Pumps, Patient Controlled Analgesia Pumps, Anaesthetic Pumps, Epidural Pumps

Lot value (estimated)

  • £320,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 2. Pump Dedicated Administration Sets

Description

This will include but not limited to Pump Dedicated Administration Sets

Lot value (estimated)

  • £320,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 3. Gravity Administration Sets

Description

This will include but not limited to Gravity Administration Sets - examples include solution, blood and burette sets

Lot value (estimated)

  • £320,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 4. Disposable Infusion Pumps

Description

This will include but not limited to Disposable Infusion Pumps

Lot value (estimated)

  • £320,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

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


Lot 5. Peripheral IV Site Monitoring Device

Description

This will include but not limited to Peripheral IV site monitoring Device

Lot value (estimated)

  • £320,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations, contract dates and options 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

0%

Framework operation description

NHS Supply Chain seeks to establish a Infusion Pumps, Administration Sets and Associated Productrs 2026 Framework intended to cover Electrial and Battery-Operated Infusion Pumps, Pump Dedicated Administration Sets, Gravity Administration Sets, Disposable Infusion Pumps and Peripheral IV Site Monitoring Devices.

It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £80,000,000.00 however this is approximate only. however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework. The Framework Agreement between NHS Supply Chain and successful Tenderers will reserve the right to purchase the same or similar supplies from Tenderers not appointed to the Framework at its sole discretion.

NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase Tenderers 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.

Award method when using the framework

With competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. Electrical and Battery-Operated Infusion Pumps

Lot 2. Pump Dedicated Administration Sets

Lot 3. Gravity Administration Sets

Lot 4. Disposable Infusion Pumps

Lot 5. Peripheral IV Site Monitoring Device

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.

Particular suitability

Lot 1. Electrical and Battery-Operated Infusion Pumps

Lot 2. Pump Dedicated Administration Sets

Lot 3. Gravity Administration Sets

Lot 4. Disposable Infusion Pumps

Lot 5. Peripheral IV Site Monitoring Device

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

Submission

Enquiry deadline

26 February 2026, 3:00pm

Tender submission deadline

5 March 2026, 3:00pm

Submission address and any special instructions

The Framework Agreement will be between NHS Supply Chain and the Tenderer, however 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 Tenderer for any of the supplies and/or services under the Framework.

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.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

26 September 2026


Award criteria

Lot 1. Electrical and Battery-Operated Infusion Pumps

This table contains award criteria for this lot
Name Type Weighting
Financial Cost 30%
NFQ - Supply Chain Quality 20%
NFQ - Purpose Quality 20%
NFQ - Clinical Acceptability Quality 10%
Social Value Quality 10%
VBP Supply Chain - Risk Quality 4%
VBP Supply Chain - Circular Quality 2%
VBP Supply Chain - Obsolescence Quality 2%
VBP Purpose - Implementation Quality 2%

Lot 2. Pump Dedicated Administration Sets

Lot 3. Gravity Administration Sets

This table contains award criteria for this lot
Name Type Weighting
NFQ - Supply Chain Quality 42%
FINANCIAL Cost 40%
Social Value Quality 10%
NFQ - Purpose Quality 8%

Lot 4. Disposable Infusion Pumps

This table contains award criteria for this lot
Name Type Weighting
Supply Chain Quality 42%
FINANCIAL Cost 40%
Social Value Quality 10%
Purpose Quality 8%

Lot 5. Peripheral IV Site Monitoring Device

This table contains award criteria for this lot
Name Type Weighting
Supply Chain Quality 30%
FINANCIAL Cost 30%
NFQ - Purpose Quality 14%
Social Value Quality 10%
NFQ - Clinical Acceptability Quality 6%
VBP Purpose - Implementation Quality 4%
VBP Supply Chain - Circular Quality 2%
VBP Supply Chain - Obsolescence Quality 2%
VBP Supply Chain - Risk Quality 2%

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