Scope
Reference
Project1587
Description
This market exercise was for the provision of a solution to advise the detection of IV infiltrations and extravasations early that includes the following:
• Monitoring equipment and Consumables
NHS Supply Chain have a mandate from the Department of Health and Social Care (DHSC) to drive the availability of innovative products to the NHS. NHS Supply Chain believe the product sourced by this contract (which is not covered by any of its current Framework Agreements) falls within this remit as a “disruptive” innovative product and has been identified to provide enhanced patient benefits specifically;
Patient - improving patient safety Prevention of Never Event - which can lead to skin necrosis, Amputation, Nerve Damage for our most vulnerable patients, Neonates, paediatrics, sedated patients, critically ill and patients with cognitive deficits, along with Patients receiving Vesicant medications.
NHS Supply Chain will enter into Framework Agreement (FAG) with an identified supplier of these products/services (alongside the existing framework Infusion Pumps Administration) following the publication of a Transparency notice Published 25 July 2025 [ https://www.find-tender.service.gov.uk/Notice/043122-2025] and no other suppliers were identified. Therefore confirmining 1 available supplier to be awarded using procedure Direct Award as defined in the Procurement Act 2023.
The Term of this Framework Agreement is anticipated to be 12 months, with the option to extend to a maximum term of 48 months. As part of its strategy, NHS Supply Chain anticipates engaging with suppliers of these products/services with a view to ultimately include this solution within the scope of the Framework for Infusion Pumps Administration Sets and Associated products which is due to renewal on 30th September 2026
The Framework Agreement will be between NHS Supply Chain and the Supplier, however 1) NHSSC, 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.
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, NHSSC does not guarantee any level of purchase through the framework and advises applicants that the framework shall be established on a non-exclusive basis.
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 provison of a solution to advise the early detection of IV infiltrations and extravasations.
Scope and Purpose
The framework covers the sole supply of an innovative solution to advise the early detection of IV infiltrations and extravasations. The ivWatch is the only technology available to continuously monitor an iv site and notify clinicians when essential medications and fluids leak outside of the vein. This is designed to improve patient safety through prevention of a Never Event - which can lead to skin necrosis, amputation, nerve damage for our most vulnerable patients, Neonates, Paediatrics, Sedated patients, critically ill and patients with cognitive deficits, along with patient recieving vesicant medications.
Routes to Supply
Goods will be made available via transacted routes of supply (eDirect) through NHS Supply Chain's online catalogue. Direct Route of supply is not applicable under this framework.
Participating Authorities
The framework agreement will be between NHS Supply Chain and the supplier, however; NHSSC, Any NHS trust, any other NHS entity, any government department, agency, or other statuatory body and/or any private sector entity active in the UK Healthcare sector will be able to enter into direct contract with the supplier for any of the suppliers and/or services under the framework.
Ordering and Call off
Orders are placed without re-opening 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 and ISO 9001 certification, provide key managment information as set out in Annex 5. Business continutity provisions include pandemic -related enhanced measures.
Social Value and Sustainability
The supplier is required to maintain a carbon reduction plan aligned with NHS Net Zero supplier road map 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 KPI's, Complaints, and Remedial actions. The Framework includes rights for termination for convienience and material breach, as well as escalation and disbute resolution processes.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The framework Agreement will be between NHS Supply Chain and the supplier, however NHSSC, Any other NHS Trust, Any other NHS Entity, Any Government Department, Agency, or other Statuatory body and/or 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.
Contract 1. Peripheral IV Site Monitoring Device
Supplier
Contract value
- £8,000,000 excluding VAT
- £9,600,000 including VAT
Above the relevant threshold
Date signed
12 January 2026
Contract dates
- 26 January 2026 to 30 September 2026
- Possible extension to 25 January 2030
- 4 years
Description of possible extension:
Allowable extension for a framework period to extend for a total of 4 years
Main procurement category
Goods
CPV classifications
- 33194110 - Infusion pumps
- 33100000 - Medical equipments
- 33194200 - Devices and instruments for transfusion
Contract locations
- UK - United Kingdom
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Direct award
Direct award justification
Single supplier - technical reasons
Single supplier - technical reasons
Traditional methods rely on periodic clinician assessments, which can miss early signs of infiltration or extravasation, leading to serious complications such as skin necrosis, nerve damage, or medication dosing errors. The ivWatch Patient Monitoring System provides continuous, non-invasive monitoring using optical sensor technology and proprietary algorithms to detect infiltrations at their earliest stages, often before visible signs are present. iv.Watch technology has demonstrated exceptional clinical value in preventing infiltration and extravasation injuries associated with peripheral intravenous (PIV) therapy. This innovation enhances patient safety, reduces liability, and complements clinician assessments, addressing the limitations of periodic monitoring.
Research has been carried out on the benefits of the iv Watch technology and can be found in the British Journal of Nursing: British Journal of Nursing - Addressing and mitigating the high costs of extravasation and infiltration to patients and healthcare organisations
Due to the absence of competition for technical reasons and that the Manufacturer is only just entering the UK market, only this supplier/distributor can supply the goods required.
Procurement Act 2023, Section 41, Schedule 5, Section 6
"There are no reasonable alternatives to those goods, services or works"
Supplier
Healthcare 21 (UK) Limited
- Companies House: 05020682
- Public Procurement Organisation Number: PBGH-8572-LNQT
Unit B1-B2 Bond Close
Basingstoke
RG24 8PZ
United Kingdom
Email: tenders@hc21.group
Region: UKJ37 - North Hampshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1. Peripheral IV Site Monitoring Device
Contracting authority
SUPPLY CHAIN COORDINATION LIMITED
- Public Procurement Organisation Number: PLLH-1887-BMRL
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
United Kingdom
Email: eprocurement@Supplychain.nhs.uk
Website: https://www.supplychain.nhs.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - sub-central government