Planning

Diagnostic and Capital Equipment and Related Accessories and Services

  • SUPPLY CHAIN COORDINATION LIMITED

UK2: Preliminary market engagement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-013772

Procurement identifier (OCID): ocds-h6vhtk-061262 (view related notices)

Published 16 February 2026, 11:49am



Scope

Reference

Project_1658

Description

NHS Supply Chain intends to launch a National Framework Agreement for the provision of Diagnostic and Capital Equipment and Related Accessories and Services, that includes the following:

Patient Monitoring Equipment

Anaesthesia Equipment

Ventilator Equipment

Neonatal Equipment

Adult Phototherapy Devices

Electrosurgical Equipment

Medical Lasers

Architectural Surgical Medical Systems

Stretcher, Trolleys and Patient Transfer Equipment

Operating and Mobile Interventional Radiology Tables

Electrocardiograph (ECG) Devices and Management Systems

Ambulatory Monitoring, Wearable Recorder Devices and Related Services

Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems

Radiotherapy Treatment Systems and IT

Radiotherapy Ancillary Devices Including Dosimetry, Patient Positioning And Quality Assurance Devices

Nuclear Medicine

Bladder Scanners

Specimen Cabinets

Brachytherapy Seeds

Selective Internal Radiation Therapy (SIRT)

Surgical Robotic Equipment

Specialist Robots

Surgical Navigation Systems

Respiratory and Thoracic Scopes

Gastrointestinal (GI) Scopes

Ear, Nose and Throat (ENT) Scopes

Urology/ Gynaecology Scopes

General Laparoscopy Scopes

Arthroscopy Scopes

Camera Stacks

Specialist Scopes

Endoscopy Decontamination Equipment Centralised Decontamination Equipment

Water Treatment

Imaging Ultrasound

Fusion Biopsies

Non-Imaging Ultrasound

CT Scanners

MRI scanners

Fluoroscopy

Mobile Image Intensifiers

Contrast Injectors

Lithotripsy

Mammography Imaging Systems

DEXA scanners

Mobile and Static X-ray Systems

Clinical and Pathology Microscopes

Angiography Systems

Angiography Managed Services

Mobile and Relocatable Catheterisation Laboratories

Wearable Radiation Protection Products

In order to participate on our tenders please see our key requirements below:

•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 12 months prior to the tender close date via https://supplierregistration.cabinetoffice.gov.uk/

•Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment and achieved Level 1 (or higher) within 12 months prior to 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 be need to have a Cyber Security Essentials Plus Certificate.

•Additional information- https://www.supplychain.nhs.uk/suppliers/useful-information

Commercial tool

Establishes a framework

Total value (estimated)

  • £10,807,213,834.82 excluding VAT
  • £12,968,656,601.78 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2028 to 31 March 2031
  • Possible extension to 31 March 2034
  • 6 years

Main procurement category

Goods

CPV classifications

  • 33100000 - Medical equipments
  • 33115200 - CAT scanners
  • 33115000 - Tomography devices
  • 33113000 - Magnetic resonance imaging equipment
  • 33111610 - Magnetic resonance unit
  • 33113100 - Magnetic resonance scanners
  • 33111400 - X-ray fluoroscopy devices
  • 33111650 - Mammography devices
  • 33110000 - Imaging equipment for medical, dental and veterinary use
  • 33696800 - X-ray contrast media
  • 33696000 - Reagents and contrast media
  • 33153000 - Lithotripter
  • 33111660 - Bone densitometers
  • 33111000 - X-ray devices
  • 33111700 - Angiography room
  • 33111710 - Angiography supplies
  • 33111720 - Angiography devices
  • 33111721 - Digital angiography devices
  • 33123220 - Cardio-angiography devices
  • 33151100 - Gamma therapy devices
  • 33113110 - Nuclear magnetic resonance scanners
  • 38510000 - Microscopes
  • 33124100 - Diagnostic devices
  • 33124110 - Diagnostic systems
  • 33162100 - Operating-theatre devices
  • 33164100 - Colposcope
  • 48180000 - Medical software package
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 72212180 - Medical software development services
  • 38511100 - Scanning electron microscopes
  • 33195000 - Patient-monitoring system
  • 33195100 - Monitors
  • 33195200 - Central monitoring station
  • 33172000 - Anaesthesia and resuscitation devices
  • 33172200 - Resuscitation devices
  • 39714100 - Ventilators
  • 33166000 - Dermatological devices
  • 33161000 - Electrosurgical unit
  • 33169100 - Surgical laser
  • 33128000 - Medical laser other than for surgery
  • 33162000 - Operating theatre devices and instruments
  • 31524110 - Operating-theatre lamps
  • 31500000 - Lighting equipment and electric lamps
  • 44115710 - Canopies
  • 33167000 - Surgical lights
  • 31211110 - Control panels
  • 33192340 - Operating theatre furniture except tables
  • 31524000 - Ceiling or wall light fittings
  • 34991000 - Field operating lights
  • 31520000 - Lamps and light fittings
  • 31682200 - Instrument panels
  • 35261000 - Information panels
  • 48620000 - Operating systems
  • 33192000 - Medical furniture
  • 33190000 - Miscellaneous medical devices and products
  • 33192160 - Stretchers
  • 34911100 - Trolleys
  • 33192230 - Operating tables
  • 33192210 - Examination tables
  • 33111100 - X-ray table
  • 33150000 - Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
  • 33151000 - Radiotherapy devices and supplies
  • 33151400 - Radiotherapy supplies
  • 38500000 - Checking and testing apparatus
  • 38341200 - Radiation dosimeters
  • 33125000 - Urology, exploration devices
  • 33111800 - Diagnostic X-ray system
  • 85000000 - Health and social work services
  • 33169000 - Surgical instruments
  • 42997300 - Industrial robots
  • 33169500 - Surgical tracking and tracing systems
  • 33168100 - Endoscopes
  • 33168000 - Endoscopy, endosurgery devices
  • 33191000 - Sterilisation, disinfection and hygiene devices
  • 33191100 - Steriliser
  • 33191110 - Autoclaves
  • 42912000 - Liquid filtering or purifying machinery and apparatus
  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42924730 - Pressurised water cleaning apparatus
  • 33112300 - Ultrasound scanners
  • 33124120 - Diagnostic ultrasound devices
  • 33112200 - Ultrasonic unit
  • 33112000 - Echo, ultrasound and doppler imaging equipment
  • 33123200 - Electrocardiography devices
  • 33123000 - Cardiovascular devices
  • 33121000 - Long term ambulatory recording system
  • 50000000 - Repair and maintenance services
  • 51400000 - Installation services of medical and surgical equipment
  • 51420000 - Installation services of surgical equipment
  • 45200000 - Works for complete or part construction and civil engineering work
  • 44211100 - Modular and portable buildings
  • 71541000 - Construction project management services
  • 33160000 - Operating techniques
  • 85150000 - Medical imaging services
  • 85100000 - Health services
  • 33115100 - CT scanners
  • 33121500 - Electrocardiogram
  • 33120000 - Recording systems and exploration devices
  • 33152000 - Incubators

Contract locations

  • UK - United Kingdom

Engagement

Engagement deadline

21 July 2026

Engagement process description

Prior to commencing a formal procurement process and to help inform our strategy/requirements, NHS Supply Chain would like to consult the market to identify suppliers that may be able to supply the goods and services covered by the proposed procurement.

We are looking to engage with all interested parties and this engagement will consist of:

• Request for Information

• Draft Specification and or Product List for feedback

Suppliers can express interest in the opportunity using the following:

PORTAL ACCESS

-Login with URL : https://nhssupplychain.app.jaggaer.com/web/login.html

-Click on "SQs Open to All Suppliers" and search for the title of the procurement: SQ_651 - PME Diagnostic and Capital Equipment

EXPRESSION OF INTEREST- Click on the 'Response Form' tab.

-Answer the question in the Qualification Envelope at 1.1.1-Click 'submit response.

Engagement will take place through a combination of webinars, face to face sessions, virtual meetings, telephone communication and email correspondence.

Further details of the engagement process will be shared in due course.


Participation

Particular suitability

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

Submission

Publication date of tender notice (estimated)

11 September 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

Region: UKI45 - Lambeth

Organisation type: Public authority - sub-central government