Planning

Electrical and Biomedical Engineering Framework Agreement

  • NHS Commercial Solutions

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-027877

Procurement identifier (OCID): ocds-h6vhtk-05270a

Published 27 May 2025, 1:43pm

Last edited 27 May 2025, 4:54pm

Show all versions Hide all versions


Changes to notice

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

procurement start date

Scope

Reference

C361992

Description

This is a Regionalised Framework Agreement across the South East with a focus on SME's and local Trusts to be able to provide the service. It is designed to offer an efficient mechanism for procuring innovative and reliable Equipment maintenance solutions that directly support the delivery of exceptional patient care. This includes preventive, corrective, and technical support services to ensure that all equipment remains compliant with relevant safety, regulatory, and performance standards This Framework Agreement is designed to be able to meet the needs of regional health and local public sector Authorities, and will include Suppliers with capability across the local geographical landscape. The FWA is planned to be divided into the following lots - Lot 1: Equipment Maintenance Lot 2: Equipment Repair Lot 3: Equipment Management Lot 4: Safety Audits Lot 5: Training Lot 6: Quality Management Lot 7: Document Control Lot 8: Bespoke: A combination of all or any of the above lots, including any value added/innovative service.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £18,000,000 excluding VAT
  • £21,600,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 December 2025 to 1 December 2033
  • 8 years

Options

The right to additional purchases while the contract is valid.

Once every 3 years. Expected life of the FWA 8 years, 3+3+2 years' breaks. Due to changing marketing dynamics and new entrants with value added technologies, the market offerings are expected to develop rapidly and to allow such changes and not limiting the market, the FWA is proposed to be for 8 years period.

Main procurement category

Works

Contract locations

  • UKC - North East (England)
  • UKD - North West (England)
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKJ - South East (England)
  • UKK - South West (England)
  • UK - United Kingdom
  • UKL - Wales
  • UKL1 - West Wales and the Valleys
  • UKL14 - South West Wales
  • UKL2 - East Wales
  • UKM - Scotland
  • UKM5 - North Eastern Scotland
  • UKM7 - Eastern Scotland
  • UKM8 - West Central Scotland
  • UKM9 - Southern Scotland
  • IE - Ireland
  • IE0 - Ireland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

Lot constraints

Description of how multiple lots may be awarded:

The FWA is planned to be divided into the following lots - Lot 1: Equipment Maintenance Lot 2: Equipment Repair Lot 3: Equipment Management Lot 4: Safety Audits Lot 5: Training Lot 6: Quality Management Lot 7: Document Control Lot 8: Bespoke: A combination of all or any of the above lots, including any value added/innovative service.

Not the same for all lots

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


Lot 1. Equipment Maintenance

Description

Performing preventative maintenance (PPMs) to ensure equipment is functioning optimally, e.g. SFG20 compliance

Lot value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 45310000 - Electrical installation work

Same for all lots

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


Lot Lot 2. Equipment Repair

Description

Diagnosing and repairing equipment malfunctions

Lot value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 50421000 - Repair and maintenance services of medical equipment

Same for all lots

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


Lot Lot 3. Equipment Management

Description

Managing the lifecycle of equipment, including procurement, storage, and disposal, e.g. a CAFM system.

Lot value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 42965100 - Warehouse management system

Same for all lots

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


Lot Lot 4. Safety Audits

Description

Conducting regular safety checks and audits of medical equipment.

Lot value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 71630000 - Technical inspection and testing services

Same for all lots

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


Lot Lot 5. Training

Description

Providing training to medical staff on the safe and effective use of medical devices.

Lot value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 80510000 - Specialist training services

Same for all lots

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


Lot Lot 6. Quality Management

Description

Implementing and maintaining quality management systems to ensure the delivery of high-quality services.

Lot value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 79419000 - Evaluation consultancy services

Same for all lots

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


Lot Lot 7. Document Control

Description

Managing and controlling documentation related to equipment and procedures.

Lot value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 48311100 - Document management system

Same for all lots

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


Lot Lot 8. Bespoke

Description

A combination of all or any of the above lots, including any value added/innovative service

Lot value (estimated)

  • £2,250,000 excluding VAT
  • £2,700,000 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 79421000 - Project-management services other than for construction work
  • 79420000 - Management-related services
  • 50421000 - Repair and maintenance services of medical equipment
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50430000 - Repair and maintenance services of precision equipment
  • 48311100 - Document management system
  • 63121100 - Storage services
  • 90524400 - Collection, transport and disposal of hospital waste
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 71317200 - Health and safety services
  • 80511000 - Staff training services
  • 80561000 - Health training services
  • 72224000 - Project management consultancy services
  • 79993100 - Facilities management services
  • 79993000 - Building and facilities management services
  • 79400000 - Business and management consultancy and related services

Same for all lots

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


Framework

Open framework scheme end date (estimated)

2 December 2033

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

1%

Further information about fees

1%. NHSCS are a self-funded, not for profit NHS organisation and do not look to make a profit out of the framework as some other organisations do. Any surplus in ABI also gets passed back to NHS Commercial Solutions member Trusts.

Framework operation description

This is a Regionalised Framework Agreement across the South East with a focus on SME's and local Trusts to be able to provide the service. It is designed to offer an efficient mechanism for procuring innovative and reliable Equipment maintenance solutions that directly support the delivery of exceptional patient care. This includes preventive, corrective, and technical support services to ensure that all equipment remains compliant with relevant safety, regulatory, and performance standards This Framework Agreement is designed to be able to meet the needs of regional health and local public sector Authorities, and will include Suppliers with capability across the local geographical landscape. The FWA is planned to be divided into the following lots - Lot 1: Equipment Maintenance Lot 2: Equipment Repair Lot 3: Equipment Management Lot 4: Safety Audits Lot 5: Training Lot 6: Quality Management Lot 7: Document Control Lot 8: Bespoke: A combination of all or any of the above lots, including any value added/innovative service.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

The Framework Agreement will be accessible by a number of organisations (each a "Participating Organisation" or "Contracting Authority"). The Framework Agreement will be accessible by all NHS and Public Sector organisations within the UK, including Universities and Education Authorities where they are funded by Public Fund (each a "Contracting Authority").

Contracting authority location restrictions

  • UK - United Kingdom

Participation

Particular suitability

Lot 1. Equipment Maintenance

Lot Lot 2. Equipment Repair

Lot Lot 3. Equipment Management

Lot Lot 4. Safety Audits

Lot Lot 5. Training

Lot Lot 6. Quality Management

Lot Lot 7. Document Control

Lot Lot 8. Bespoke

Small and medium-sized enterprises (SME)


Submission

Publication date of tender notice (estimated)

12 August 2025

Enquiry deadline

16 September 2025, 12:00pm

Tender submission deadline

23 September 2025, 12:00pm

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

25 November 2025


Procedure

Procedure type

Open procedure


Contracting authority

NHS Commercial Solutions

  • Public Procurement Organisation Number: PLDZ-3358-YMVH

The Atrium, Curtis Road

Dorking

RH4 1XA

United Kingdom

Contact name: NHS Estates Team

Telephone: 01306646822

Email: nhscs.estates@nhs.net

Website: https://www.commercialsolutions-sec.nhs.uk/

Region: UKJ26 - East Surrey

Organisation type: Public authority - central government