Tender

Total Surgical Instruments Solutions

  • SUPPLY CHAIN COORDINATION LIMITED

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

Notice identifier: 2026/S 000-010410

Procurement identifier (OCID): ocds-h6vhtk-051d19

Published 2 February 2026, 4:48pm

Last edited 5 February 2026, 12:02pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Changes have been made to Lot 1 section “Lot value (estimated)” as per the below:

“Including VAT(UK4_86)”

Changed from £720,000,000

Changed to £72,000,000

Scope

Reference

Project_1612

Description

The proposed Framework is for the supply of Surgical Instruments including Single Use Surgical Instruments, Reusable Surgical Instruments, Scalpel Blades, Scalpel Handles, Disposable Handles and Blade Removers, Repair and Maintenance , Surgical Instruments and Metal Instrument Recycling, Sterilisation Services Steam/Gas/Radiation, Total, Surgical, Instruments Managed, Service / Supply disposable / reusable instruments /Maintenance / Replacement / Sterilisation services.

Commercial tool

Establishes a framework

Total value (estimated)

  • £2,000,000,000 excluding VAT
  • £2,400,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 25 January 2027 to 24 January 2029
  • Possible extension to 24 January 2031
  • 4 years

Description of possible extension:

This Framework Agreement will have a term of 24 months with the option to extend incrementally for a total of a further 24 months.

Main procurement category

Goods

Contract locations

  • UK - United Kingdom

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Single Use Instruments & Packs

Description

The scope of Lot 1 - Single use Surgical instruments intended for use in a wide range of medical and surgical procedures including cutting, scratching, scraping, clamping, retracting, clipping or similar procedures, without connection to any active medical device. Product lines in this Lot are intended to be disposed of after use and must be clearly marked as such on the product and the primary packaging to inform the user single use surgical instrument are not intended for repeat autoclaving/sterilisation.

Lot 1 comprises of the following Sub Lots:

1. Lot 1 Sub Lot 1 Single Use Scissors

2. Lot 1 Sub Lot 2 Single Use Forceps

3. Lot 1 Sub Lot 3 Single Use Punch Biopsy

4. Lot 1 Sub Lot 4 Single Use Instrument Sets

5. Lot 1 Sub Lot 5 Single Use Retractors

6. Lot 1 Sub Lot 6 Single Use Suction Tubes

7. Lot 1 Sub Lot 7 Single Use Speculums

8. Lot 1 Sub Lot 8 Single Use Cartridge Syringes

9. Lot 1 Sub Lot 9 Single Use Miscellaneous Instruments

Lot value (estimated)

  • £60,000,000 excluding VAT
  • £72,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 33169000 - Surgical instruments

Same for all lots

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


Lot 2. Reusable Surgical Instruments

Description

The scope of Lot 2 - Reusable surgical instruments intended for use in a wide range of medical and surgical procedures including cutting, scratching, scraping, clamping, retracting, clipping or similar procedures, without connection to any active medical device and which can be reused after decontamination and sterilisation procedures have been carried out.

Lot 2 comprises of the following Sub Lots:

1. Lot 2 Sub Lot 1 Reusable Scissors

2. Lot 2 Sub Lot 2 Reusable Forceps

3. Lot 2 Sub Lot 3 Reusable Needle Holders

4. Lot 2 Sub Lot 4 Reusable Retractors

5. Lot 2 Sub Lot 5 Reusable Trays and Baskets

6. Lot 2 Sub Lot 6 Reusable Speculums

7. Lot 2 Sub Lot 7 Reusable Ring Cutters

8. Lot 2 Sub Lot 8 Reusable Clamps

9. Lot 2 Sub Lot 9 Reusable Hooks

10. Lot 2 Sub Lot 10 Reusable Miscellaneous Instruments

Lot value (estimated)

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 33100000 - Medical equipments

Same for all lots

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


Lot 3. Scalpel Blades & Handles Single Use / Re-usable

Description

The scope of Lot 3 - Scalpel blades within this lot can include but shall not be limited to:

Scalpel blades

Scalpel handles to fit the blades

Disposable scalpels

Blade removers

Lot value (estimated)

  • £10,000,000 excluding VAT
  • £12,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 33169000 - Surgical instruments

Same for all lots

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


Lot 4. Surgical Instruments Managed Service

Description

The scope of Lot 4 - Managed service provider (MSP) - that facilitates an end-to end-service, access to new technology, innovation, supply chain management and continuous improvement expertise with the overall objective to minimise the risk of exposure to potential increased costs and for Participating authorities to gain access to service improvements, enhanced patient care and contractual & administrative benefits as part of the offer backed by contractual key performance indicators and ongoing contract management.

Lot value (estimated)

  • £1,000,000,000 excluding VAT
  • £1,200,000,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 33169000 - Surgical instruments

Same for all lots

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


Lot 5. Surgical Instruments Repair & Maintenance

Description

The scope for Lot 5 - The repair, refurbishment, and maintenance of surgical instruments. The scope of instruments that will require repair, refurbishment and maintenance is wide ranging and are reusable instruments (detailed in lot 2) intended for medical and surgical procedures including cutting, scratching, scraping, clamping, retracting, clipping or similar procedures.

Lot value (estimated)

  • £1,000,000 excluding VAT
  • £1,200,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 50420000 - Repair and maintenance services of medical and surgical equipment

Same for all lots

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


Lot 6. Surgical Instruments Decontamination and Sterilisation Services

Description

The scope of Lot 6 - The reprocessing surgical instruments starting from post procedure to manual cleaning and finally automated cleaning using a washer/disinfector or ultrasonic cleaners. To ensure consistent quality outcomes for patients, the cleaning process requires consistency and standardisation.

Lot 6 comprises of the following Sub Lots:

1. Lot 6 Sub Lot 1 Decontamination & Sterilisation Services

2. Lot 6 Sub Lot 2 Decontamination Services

3. Lot 6 Sub Lot 3 Sterilisation Services

Lot value (estimated)

  • £908,000,000 excluding VAT
  • £1,089,600,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 33191000 - Sterilisation, disinfection and hygiene devices

Same for all lots

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


Lot 7. Surgical Instruments Recycling Services

Description

The scope of Lot 7 - The sustainable and compliant route for the recycling of metal surgical instruments encompassing the collection, transportation, segregation, treatment, disposal and trading of the resultant appropriately treated scrap metal waste.

There are multiple categories/types of metal devices that are disposed of throughout a healthcare setting and these can be spread across many departments within that setting. In some situations, these devices and items are manufactured from, or contain, valuable metals that can be recovered for potential revenue generating opportunities through appropriate collaboration with specialist healthcare waste management companies.

Lot value (estimated)

  • £1,000,000 excluding VAT
  • £1,200,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 90514000 - Refuse recycling services

Same for all lots

Contract locations and contract dates 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

2.5%

Further information about fees

The only deviations from the 2.5% Management Fee are:

Lots 1, 2 & 3 @ 2.5%;

Lot 4 @ 1%;

Lot 5 @ 2.5%;

Lot 6 @ 1%; and

Lot 7 @ 2.5%

Justification for framework term over 4 years

N/A

Framework operation description

See tender documentation within Project_1612

Award method when using the framework

With competition

Contracting authorities that may use the framework

For Goods/Services ordered via the Transacted Routes of Supply as set out in the Framework Agreement Award Pack, only the Authority will be entitled to place Orders 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; and

For Goods/Services ordered via the Direct Route of Supply as set out in the Framework Agreement Award Pack, the following Participating Authorities are entitled to place Orders: 1) the Authority; 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.


Participation

Particular suitability

Lot 1. Single Use Instruments & Packs

Lot 2. Reusable Surgical Instruments

Lot 3. Scalpel Blades & Handles Single Use / Re-usable

Lot 4. Surgical Instruments Managed Service

Lot 5. Surgical Instruments Repair & Maintenance

Lot 6. Surgical Instruments Decontamination and Sterilisation Services

Lot 7. Surgical Instruments Recycling Services

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

Submission

Enquiry deadline

11 March 2026, 3:00pm

Tender submission deadline

19 March 2026, 3:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

21 August 2026


Award criteria

Lot 1. Single Use Instruments & Packs

This table contains award criteria for this lot
Name Description Type Weighting
Price

EDirect

Price 40%
Supply Chain Resilience Quality 20%
Customer service & Relationship Management Quality 20%
Social Value Quality 10%
MSAT/Evergreen Quality 5%
Innovation Quality 5%

Lot 2. Reusable Surgical Instruments

This table contains award criteria for this lot
Name Description Type Weighting
Customer service & Relationship Management Quality 30%
Price

EDirect

Price 30%
Supply Chain Resilience Quality 20%
Social Value Quality 10%
MSAT/Evergreen Quality 5%
Innovation Quality 5%

Lot 3. Scalpel Blades & Handles Single Use / Re-usable

This table contains award criteria for this lot
Name Type Weighting
EDirect Price 40%
Supply Chain Resilience Quality 20%
Customer service & Relationship Management Quality 20%
Social Value Quality 10%
MSAT/Evergreen Quality 5%
Innovation Quality 5%

Lot 4. Surgical Instruments Managed Service

Lot 5. Surgical Instruments Repair & Maintenance

Lot 6. Surgical Instruments Decontamination and Sterilisation Services

This table contains award criteria for this lot
Name Description Type Weighting
Delivery Model Quality 35%
Customer service & Relationship Management Quality 25%
Price

Total Scenario Cost

Price 20%
Social Value Quality 10%
MSAT/Evergreen Quality 5%
Innovation Quality 5%

Lot 7. Surgical Instruments Recycling Services

This table contains award criteria for this lot
Name Description Type Weighting
Delivery Model & Resilience Quality 35%
Customer Service, Support and Relationship Management Quality 25%
Price

Total Scenario Cost

Price 20%
Social Value Quality 10%
MSAT and Evergreen Quality 5%
Innovation Quality 5%

Other information

Payment terms

PRELIMINARY MARKET ENGAGEMENT CONDUCTED

In developing this opportunity NHS Supply Chain (the Authority) conducted Preliminary Market Engagement (PME) by issuing Find a Tender notice identifier 2025/S 000-033550 under PA23 reference Project_1612

as summarised below:

• 19/06/2025 UK2: Preliminary market engagement notice published EOI deadline 04/07/2025 @ 10:00 via Jaggaer

• 27/06/2025 Supplier Day held in Nottingham

• 04/07/2025 EOI via Jaggaer closed at 10:00

• 04/07/2025 Request for Information (RFI) issued via Surgical mailbox at 10:24 to 88 recipients with a closing date of 24/07/2024 and clarifications opened

• 16/07/2025 Clarifications closed

• 24/07/2025 33 completed RFI questionnaires were returned to the Surgical mailbox

The RFI responses we analysed, and it is to be noted that in response to PPN 022 Procuring Steel in Government Contracts, that the supply chain was unable at this time to support the Authority in creating a level playing field for UK steel producers through any subsequent procurement of these surgical instrument’s requirements.

Supplier 121's held through a combination of requests by Supplier and requests by the Category Team. Sessions were used to gauge feasibility for rationalising the stocked route to market and Supplier approach to sustainability.

There was a focus on meeting with Service providers for Managed Service, Decontamination and Sterilisation to ensure the framework is viable and understand the focus within the market.

RFI responses were used to develop sustainability opportunities and were also used to develop the risk and issues log.

• 03/09/2025 the revised draft Specification (with the exclusion of Lot 8) was accompanied by a Product

List was issued via the surgical mailbox to 84 recipients. Additional questions were asked on Supplier

approaches to 3rd Party Audits to follow on from information provide in the RFI response.

• 26/09/2025 a further and final Supplier Day was hosted at Nottingham before publication of the tender.

Participation in the PME conducted was not used nor acknowledged in any way for the purpose of evaluating nor qualifying any potential supplier, in any subsequent formal competitive process.

INSTRUCTIONS FOR REGISTRATION AND PORTAL ACCESS

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//

Suppliers 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_1955 Selection Questionnaire All Lots

ITT_1932 Lot 1: Single Use Instruments & Sets

ITT_1933 Lot 2: Reusable Surgical Instruments

ITT_1934 Lot 3: Scalpel Blades & Handles Single Use / Re-usable

ITT_1935 Lot 4: Surgical Instruments Managed Service

ITT_1936 Lot 5: Surgical Instruments Repair & Maintenance

ITT_1937 Lot 6: Surgical Instruments Decontamination and Sterilisation Services

ITT_1938 Lot 7: Surgical Instruments Recycling Services

— Click on 'Express Interest'

— Read' Information' dialogue box then 'Confirm'

IMPORTANT: Please note you must respond to ITT_1955 plus, any and/or all additional Lot specific ITT's.

Suppliers are strongly advised to read all of the tender documentation provided thoroughly to know how to submit a fully compliant Tender before the submission deadline.

Suppliers 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 via Request Assistance/Live Chat

Please refer to Section III.1.1 for additional information

All tender submissions must be submitted online via the Jaggaer Qualification, Technical and Commercial Envelopes in compliance with the published tender documentation. Tenders submitted by any other means than the eProcurement Portal response envelopes will not be accepted.

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