Tender

Environmental Decontamination 2026

  • NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

F02: Contract notice

Notice identifier: 2025/S 000-036337

Procurement identifier (OCID): ocds-h6vhtk-051933 (view related notices)

Published 1 July 2025, 11:17am



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd

Floor 3, Don Valley House, Savile Street East

London

SE1 8UG

Contact

Kristie Gill

Email

kristie.gill@supplychain.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.supplychain.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://nhssupplychain.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://nhssupplychain.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Environmental Decontamination 2026

two.1.2) Main CPV code

  • 42924720 - Decontamination equipment

two.1.3) Type of contract

Supplies

two.1.4) Short description

Framework agreement for the supply of environmental decontamination and water purification products, services and relevant accesories to NHS Supply Chain depots via the Stocked route or direct to customers via the eDirect/Direct route to market. The ranges of products available under the framework agreement include; Fogging/misting, and UVC machines, air purification systems, patient segregation bays, healthcare water treatment systems, water filters, capital filtration, services and any consumables.

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £12,250,000 to £26,500,000 in the first year of the framework.

Registration:

Please register your interest in this PIN via the Jaggaer e-Tendering system https://nhssupplychain.app.jaggaer.com/

If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com

two.1.5) Estimated total value

Value excluding VAT: £106,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 8

two.2) Description

two.2.1) Title

Misting/Fogging or Aerosol Disinfection Machine

Lot No

1

two.2.2) Additional CPV code(s)

  • 39330000 - Disinfection equipment
  • 39830000 - Cleaning products
  • 42924720 - Decontamination equipment
  • 42995000 - Miscellaneous cleaning machines

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To include but not be limited to fogging machines servicing and relevant accessories.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mobile Ultraviolet Light Disinfection Equipment/Fixed Ultraviolet Light Disinfection Equipment

Lot No

2

two.2.2) Additional CPV code(s)

  • 31515000 - Ultraviolet lamps
  • 39830000 - Cleaning products
  • 42924720 - Decontamination equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To include but not be limited to Ultraviolet disinfection systems (UVC) servicing and relevant accessories.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Patient Segregation Bays

Lot No

3

two.2.2) Additional CPV code(s)

  • 39330000 - Disinfection equipment
  • 39830000 - Cleaning products
  • 42995000 - Miscellaneous cleaning machines
  • 90731400 - Air pollution monitoring or measurement services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To include but not be limited to patient segregation bays servicing and relevant accessories

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Air Purification Systems

Lot No

4

two.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To include but not be limited to patient segregation bays servicing and relevant accessories.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Managed Decontamination Service

Lot No

5

two.2.2) Additional CPV code(s)

  • 42924720 - Decontamination equipment
  • 42995000 - Miscellaneous cleaning machines
  • 90722200 - Environmental decontamination services
  • 90910000 - Cleaning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To include but not be limited to the provision of decontamination services.

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Healthcare Water Treatment System

Lot No

6

two.2.2) Additional CPV code(s)

  • 24962000 - Water-treatment chemicals
  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912330 - Water-purifying apparatus
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 65120000 - Operation of a water-purification plant

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To include but not limited to disinfection systems for water treatment. Chlorine Dioxide, Copper Silver Ionisation, UV, Hydrogen Peroxide, Biocide System consumables

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Water Filters and Consumables

Lot No

7

two.2.2) Additional CPV code(s)

  • 24962000 - Water-treatment chemicals
  • 42912300 - Machinery and apparatus for filtering or purifying water
  • 42912310 - Water filtration apparatus
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To include but not limited to Filters, Cartridges, Pre treatment packs, UV lamps, Test strips and consumables

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

4-year framework term on a 2+2 contract award

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Capital Filtration

Lot No

8

two.2.2) Additional CPV code(s)

  • 42912310 - Water filtration apparatus
  • 42912330 - Water-purifying apparatus
  • 51514110 - Installation services of machinery and apparatus for filtering or purifying water
  • 65120000 - Operation of a water-purification plant

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To include but not limited to ultrafiltration water system and consumables

two.2.5) Award criteria

Quality criterion - Name: Social Value / Weighting: 10

Quality criterion - Name: Technical / Weighting: 50

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework Agreement will have an initial term of 24 months with an option to extend incrementally for up to a further 24 months. The contract will be for a maximum term of 48 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-028547

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 July 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

29 July 2025

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

his procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/

Applicants 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 eProcurement 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 'Register Here' link to access the registration page,

- complete the registration pages.

Portal access:

If registration has been completed:

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

- Applicants should download the Supplier Userguide located within the eProcurement portal.

- Select "My ITT's",

- Select the three "…" to the top right hand side of the screen.

- Select "Help for Suppliers". This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid.

Tender Submission:

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

- Click on “ITT's Open to All Suppliers”

- Find "ITT_1762" and click on the blue text. Select Express interest.

Support:

If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your submission, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com

six.4) Procedures for review

six.4.1) Review body

N/A

N/A

Sheffield

Email

kristie.gill@supplychain.nhs.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).

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.