Scope
Reference
Project_ 1700
Description
Supply Chain Coordination Limited (“NHS Supply Chain”) is exploring options in further developing a Medical Simulation Devices & Technologies Framework.
The aim is to ensure we can support our customers with simulation, immersive technologies and training aid requirements as the need for more effective and advanced training becomes ever important. Covering physical and immersive training aids.
The Framework Agreement will be between Supply Chain Coordination Limited (“NHS Supply Chain”) and the Supplier.
The framework will be a 2+2 duration and and outlines structure as follows however this is under review and may be amended following consultation:
The framework will be divided into the following lot structure;
Lot 1- Manikins and Task Trainers
Covering but not limited to.
Resus
Basic CPR Manikins (Adult, child, and infant models), Advanced Life Support (ALS) Manikins,
Task Trainers
Airway Management Trainers, IV and Injection Trainers, -IV arm trainers (with palpable veins) Central line insertion trainers, Diagnostic Skills Trainers -Breast and testicular exam models, Heart and lung sound trainers, Eye and ear exam trainers. Surgical and Procedural Trainers-Suturing pads, Laparoscopic trainers, Lumbar puncture simulators.
Rental Services
Room rental, mobile service, manikin rental.
Ultrasound and Prenatal/Postnatal
Prenatal & Postnatal Simulation Training Products-Birthing Simulator, Cervical dilation modules, Clinical Female Pelvic Trainer, Episiotomy suturing kits, Ultrasound Simulation Manikins & Training Products, Postpartum haemorrhage trainers,
Surgical Simulation
Spinal cord injury and fixation models, Hyper-realistic surgical manikins -adult, child, senior, Surgical task tables
Trauma
Trauma Simulation Manikins, Multi Trauma Simulation Manikins, Casualty Simulation Kits, Moulage kits for realistic trauma injuries
Lot 2 - Immersive Technology and Services
Covering but not limited to-
Immersive and Training Technologies, Systems and Services
Virtual Reality (VR) Simulation Systems, Augmented Reality (AR) Trainers, Mixed Reality (MR) Platforms, Immersive Projection Rooms / Simulation Domes, Real time recording with feedback, Simulated EPR
We are in the process of reviewing this structure and welcome engagement with suppliers as part of that review.
It is anticipated that initial estimated expenditure value over the total Framework Agreement term (including any extension options) will be in the region of:
• 4-year framework term option: £210m for the 4 years in total excluding VAT.
• This will be a 2+2 agreement .
Please note that this is an estimate only, as the final term of the Framework Agreement is still under active review during preliminary market engagement and has not yet been confirmed. The values provided may vary depending on the specific requirements of the participating bodies using the Framework.
The Framework requirements will include but are not limited to:
• 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 where applicable to be presented at submission stage of the tender.
• Modern Slavery: Tenderers that have an annual turnover of at least £36 million must provide 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 12 months of the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/
• Evergreen Sustainable Supplier Assessment: Tenderers will need to have completed the assessment and achieved a minimum of Level 1 by 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): Tenderers 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. , CRP has to be dated within the 12 months prior to tender close date.
• 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
For further guidance please visit Net Zero Supply Chain and Suppliers.
Commercial tool
Establishes a framework
Total value (estimated)
- £210,000,000 excluding VAT
- £252,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 9 May 2027 to 8 May 2029
- Possible extension to 8 May 2031
- 4 years
Main procurement category
Goods
CPV classifications
- 34150000 - Simulators
- 35112100 - Emergency training dolls
- 39162200 - Training aids and devices
- 45214800 - Training facilities building
- 80000000 - Education and training services
- 48931000 - Training software package
- 80320000 - Medical education services
- 80560000 - Health and first-aid training services
- 80561000 - Health training services
- 80562000 - First-aid training services
- 85140000 - Miscellaneous health services
Contract locations
- UK - United Kingdom
Engagement
Engagement deadline
2 July 2026
Engagement process description
To support the development of a comprehensive strategy and set of requirements, Supply Chain Coordination Limited (“NHS Supply Chain”) (the Authority) is initiating a Preliminary Market Engagement (PME). This process is intended to consult the market and identify potential suppliers capable of meeting the emerging goods and services requirements. Through this engagement, the Authority aims to understand supplier capacity, explore opportunities for innovation, and ensure all interested parties are informed of this opportunity.
The Preliminary Market Engagement (PME) will cover the following activities:
• Interested suppliers are invited to submit an Expression of Interest (EOI) via the Jaggaer system.
• Suppliers who express an interest will be provided with the draft specifications and product list, which are currently under development. This is expected to take place in March 2026 (STC). The Authority will invite feedback and assumptions based on these documents
• We will maintain regular dialogue with suppliers who have expressed an interest, initiating exploratory conversations to understand their offerings and assess alignment with our requirements. These conversations will take place via Microsoft Teams, telephone, or face-to-face meetings, depending on suitability and availability .
• Suppliers who have expressed an interest in this opportunity are encouraged to engage with us through scheduled calls, meetings, and other appropriate channels.
The Authority sincerely appreciates your engagement and looks forward to receiving your considered input throughout the course of this process.
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
2 July 2026
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: simulation@supplychain.nhs.uk
Website: https://www.supplychain.nhs.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - sub-central government