Scope
Reference
Project_1610
Description
We will be combining various frameworks on to one Total Cardiology and Vascular Solutions framework, which will include the CPV Classifications listed below.
We are exploring options on ideal length of Framework, and will be seeking feedback during the Supplier Engagement sessions, however our current ambition is to seek an agreement with an initial term of 36 months, with a further extension of up to 36 months, with the framework reopened for the extension period.
We will be looking to investigate ways to simplify the commercial agreements within the Framework, including but not limited to Single National Price Points, Threshold Pricing, Electronic Contract Management and Simplified and More Accessible Value Added Schemes
Certain products within this framework agreement are classified as high-cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP) (formerly known as the High-Cost Tariff-Excluded Devices programme). Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain.
Details of the product categories currently within scope of the NHS England Specialised Service Devices Page 6 to 15 Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/ In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Service Devices Programme (SSDP).
Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of 3,000,000,000 GBP for the initial contract award, this is approximate only and the values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives. The framework agreement will be between NHS Supply Chain and the supplier. Under the framework agreement there will be 2 different methods of supply - one for non-direct contract products and one for direct contract products. NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents as non-direct contract products which it will then make available for purchase by:
1) Any NHS Trust.
2) Any other NHS entity.
3) Any government department, agency or other statutory body; and/or
4) Any private sector entity active in the UK healthcare sector.
For the supplies and/or services identified as direct contract products in the tender documents:
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 supplier for any of the supplies and/or services under the Framework.
For direct contract products the supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents. NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products as detailed in the Engagement Process section below.
Note - The list of CPV codes is not definitive and may be added to.
Total value (estimated)
- £3,000,000,000 excluding VAT
- £3,600,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 27 February 2027 to 26 February 2030
- Possible extension to 26 February 2033
- 6 years
Main procurement category
Goods
Additional procurement category
Services
CPV classifications
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 32354100 - Radiology film
- 33100000 - Medical equipments
- 33111600 - Radiography devices
- 33111730 - Angioplasty supplies
- 33124000 - Diagnostics and radiodiagnostic devices and supplies
- 33124110 - Diagnostic systems
- 33124120 - Diagnostic ultrasound devices
- 33124130 - Diagnostic supplies
- 33124200 - Radiodiagnostic devices
- 33124210 - Radiodiagnostic supplies
- 33140000 - Medical consumables
- 33141210 - Balloon catheters
- 33141220 - Cannulae
- 33141230 - Dilator
- 33141310 - Syringes
- 33141320 - Medical needles
- 33141322 - Arterial needles
- 33141323 - Biopsy needles
- 33141326 - Radiology procedural needles
- 33141327 - Vented needles
- 33182230 - Ventricle
- 33184500 - Coronary endoprostheses
- 33190000 - Miscellaneous medical devices and products
- 85121231 - Cardiology services
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33182220 - Cardiac valve
- 33184300 - Artificial parts of the heart
- 33186000 - Extracorporeal circulatory unit
- 33182300 - Cardiac surgery devices
- 33184100 - Surgical implants
- 33184200 - Vascular prostheses
- 33123000 - Cardiovascular devices
- 33141240 - Catheter accessories
- 33194000 - Devices and instruments for transfusion and infusion
- 33195000 - Patient-monitoring system
- 33621400 - Blood substitutes and perfusion solutions
- 33692400 - Perfusion solutions
- 42122419 - Perfusion pumps
- 33182210 - Pacemaker
- 33182100 - Defibrillator
- 33182200 - Cardiac stimulation devices
- 33182240 - Parts and accessories for pacemakers
- 33186100 - Oxygenator
- 33195100 - Monitors
- 33123200 - Electrocardiography devices
- 33123210 - Cardiac-monitoring devices
Contract locations
- UK - United Kingdom
Engagement
Engagement deadline
26 September 2025
Engagement process description
NHS Supply Chain will be holding an initial webinar on the 26th of June 2025 to start the engagement process for the upcoming procurement. Details of how to attend the webinar will be provided through the centralised inbox: CardiologyVascular2027@supplychain.nhs.uk.
A series of in person drop-in workshops to be held from July and August 2025 at various locations to be confirmed. These meetings will utilise a digital booking system, via a centralised inbox: CardiologyVascular2027@supplychain.nhs.uk
Face to face supplier engagement meetings during July and August 2025
Potential for further clarification check ins during July and August 2025 to enable full understanding of any feedback ahead of the tender document being issued.
Feedback on specification and product list via: CardiologyVascular2027@supplychain.nhs.uk from June until August 2025
Further webinars may be held closer to the publication date of the procurement to cover certain mandatory aspects of the upcoming procurement and to demonstrate the eprocurement portal.
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Publication date of tender notice (estimated)
6 January 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