- Lot 1. Electrocardiograph (ECG) Devices and Management Systems
- Lot 2. Ambulatory Monitoring, Wearable Recorder Devices and Related Services
- Lot 3. Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services
Scope
Reference
Project_1621 - Cardiac Diagnostics
Description
The scope of the procurement is for the provision of Cardiac diagnostic equipment services and associated accessories, including but not limited to ECG and Stress Testing Equipment
• ECG Equipment and associated products and services
• Remote ECG Analysis/Services
• Stress Testing Equipment and associated product and services
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 prior to the Tender Close 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
PLEASE NOTE: This procurement will be published under the new title 'Cardiac and Pulmonary Diagnostics and Exercise (Stress) Testing Solutions'
Commercial tool
Establishes a framework
Total value (estimated)
- £76,667,000 excluding VAT
- £92,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 25 July 2026 to 24 July 2028
- Possible extension to 24 July 2030
- 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
- 33190000 - Miscellaneous medical devices and products
- 33124100 - Diagnostic devices
- 33121500 - Electrocardiogram
- 33100000 - Medical equipments
- 33123200 - Electrocardiography devices
- 33121000 - Long term ambulatory recording system
Contract locations
- UK - United Kingdom
Lot 1. Electrocardiograph (ECG) Devices and Management Systems
Description
This will include but not limited to ECG Machines, Patch Device Holters/Event Monitors/Recorders and Ambulatory Blood Pressure Monitors.
Lot value (estimated)
- £76,667,000 excluding VAT
- £92,000,000 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. Ambulatory Monitoring, Wearable Recorder Devices and Related Services
Description
This will include but not limited to Direct to Patient Ambulatory ECG Record and Analysis Services
Lot value (estimated)
- £76,667,000 excluding VAT
- £92,000,000 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. Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services
Description
This will include but not limited to Body plethysmograph systems, Pulmonary Function Testing Systems, Cardiac stress testing systems, CPET (Cardiopulmonary Exercise Testing)/ergospirometry systems.
Lot value (estimated)
- £76,667,000 excluding VAT
- £92,000,000 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 Cardiac and Pulmonary Diagnostics and Exercise (Stress) Testing Solutions intended to cover Electrocardiograph (ECG) Devices and Management Systems, Ambulatory Monitoring, Wearable Recorder Devices and Related Services and Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services
It is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa £17,300,000.00 (exc VAT) 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.
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.
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. Electrocardiograph (ECG) Devices and Management Systems
Lot 2. Ambulatory Monitoring, Wearable Recorder Devices and Related Services
Lot 3. Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services
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. Electrocardiograph (ECG) Devices and Management Systems
Lot 2. Ambulatory Monitoring, Wearable Recorder Devices and Related Services
Lot 3. Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
2 March 2026, 3:00pm
Tender submission deadline
9 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 within the scope, NHS Supply Chain does not guarantee any level of purchase through the framework and advises Tenderers 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.
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_2023 Procurement Specific Questionnaire All Lots
ITT_2025 - Lot 1 - Electrograph (ECG) Devices and Management Systems
ITT_2026 - Lot 2 - Ambulatory Monitoring, Wearable Recorder Devices and Related Services
ITT_2027 - Lot 3 - Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services
— Click on 'Express Interest'
— Read' Information' dialogue box then 'Confirm'
IMPORTANT: Please note you MUST respond to ITT_2023, AND one/or all 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.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
15 July 2026
Award criteria
Lot 1. Electrocardiograph (ECG) Devices and Management Systems
| Name | Type | Weighting |
|---|---|---|
| Financial | Price | 40% |
| Added Value | Quality | 30% |
| Social Value | Quality | 10% |
| Training | Quality | 8% |
| Support | Quality | 8% |
| Resilience | Quality | 4% |
Lot 2. Ambulatory Monitoring, Wearable Recorder Devices and Related Services
| Name | Type | Weighting |
|---|---|---|
| Financial | Price | 50% |
| Service | Quality | 22% |
| Core Requirements | Quality | 12% |
| Social Value | Quality | 10% |
| Resilience | Quality | 6% |
Lot 3. Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services
| Name | Type | Weighting |
|---|---|---|
| Financial | Price | 40% |
| Added Value | Quality | 30% |
| Social Value | Quality | 10% |
| Training | Quality | 8% |
| Service | Quality | 8% |
| Resilience | Quality | 4% |
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
Email: sam.ender2@Supplychain.nhs.uk
Website: https://www.supplychain.nhs.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - sub-central government