Planning

Managed Equipment Services

  • Surrey & Boarders Partnership NHS on behalf of NHS Commercial Solutions

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

Notice identifier: 2025/S 000-045366

Procurement identifier (OCID): ocds-h6vhtk-0527ee

Published 1 August 2025, 4:19pm

Last edited 1 August 2025, 5:01pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

Reference

C365234

Description

"Managed Equipment Services enables Trusts to enter into a service contract that provides new equipment, incorporates existing equipment, includes maintenance to decrease down-time, increase safety, reduce risk ensuring routine maintenance that may otherwise be difficult to manage and isn't always done by Trusts due to capacity, capability, limited resource/processes to manage. The contract helps manage the lifecycle of equipment and spreads the cost of funding innovation through new and replacement equipment.

It ensures contracts entered into are fit for purpose, compliant and flexible to accommodate the changing needs of a Trust. A tried and tested framework offers security to Trusts that an award can be made and offers the incentive to suppliers to bid as they know contracts will be awarded. The framework provides procurement expertise and structure to complex procurements that can range in term upto 20 years with values from £10m plus

Framework covers the following Lots.

1. Diagnostic Imaging

2. Radiotherapy

3. Cardiology

4. Theatre and Medical Equipment

5. Endoscopy

6. Lots 1 to 5

7. Consultancy Service for Managed Equipment Services

- Managed Services Business Case Support,

- Trust Support - Bid Management,

- Contract Management

The managed service provider (MSP) provides equipment and maintenance services, owns the equipment; however, the Trust chooses the equipment, the specification and length of the contract.

This replaces the existing framework expirng 31/05/25."

Total value (estimated)

  • £2,000,000,000 excluding VAT
  • £2,400,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 9 December 2025 to 8 December 2027
  • Possible extension to 8 December 2033
  • 8 years

Main procurement category

Services

CPV classifications

  • 33100000 - Medical equipments
  • 50000000 - Repair and maintenance services
  • 85121231 - Cardiology services
  • 33168000 - Endoscopy, endosurgery devices
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 33168100 - Endoscopes
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 48000000 - Software package and information systems
  • 33140000 - Medical consumables
  • 33124110 - Diagnostic systems
  • 33124100 - Diagnostic devices
  • 48814300 - Theatre management system
  • 33162000 - Operating theatre devices and instruments
  • 31524110 - Operating-theatre lamps
  • 51410000 - Installation services of medical equipment
  • 72224000 - Project management consultancy services
  • 85100000 - Health services
  • 51400000 - Installation services of medical and surgical equipment
  • 33195000 - Patient-monitoring system
  • 85110000 - Hospital and related services
  • 48180000 - Medical software package
  • 51000000 - Installation services (except software)
  • 33110000 - Imaging equipment for medical, dental and veterinary use
  • 85150000 - Medical imaging services
  • 33111000 - X-ray devices
  • 33112000 - Echo, ultrasound and doppler imaging equipment
  • 33113000 - Magnetic resonance imaging equipment
  • 33114000 - Spectroscopy devices
  • 33115000 - Tomography devices
  • 71621000 - Technical analysis or consultancy services
  • 72220000 - Systems and technical consultancy services
  • 79400000 - Business and management consultancy and related services
  • 71240000 - Architectural, engineering and planning services

Contract locations

  • 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
  • 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)
  • IE - Ireland
  • IE0 - Ireland
  • UKN - Northern Ireland
  • UKN0 - Northern Ireland

Engagement

Engagement deadline

8 August 2025

Engagement process description

NHS Commercial Solutions is seeking to engage with the market ahead of a potential procurement exercise for Managed Equipment Services . We are inviting suppliers to participate in a Preliminary Market Engagement exercise via the atamis procurement portal https://atamis-1928.my.salesforce.com/ to help shape our requirements and assess market interest. This is not a call for competition and is being conducted without prejudice to any future procurement process. Please note this engagement is only for information and is not to be scored.

The questions are categorised as below:

Section 1: Supplier Information

Section 2: Lot Interest and Capability

Section 3: Technical Capability & Innovation

Section 4: Commercial & Framework Design

Section 5: General Feedback

Engagement Deadline is the 8th August 2025.


Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Publication date of tender notice (estimated)

29 September 2025


Contracting authority

Surrey & Boarders Partnership NHS on behalf of NHS Commercial Solutions

  • Public Procurement Organisation Number: PLDZ-3358-YMVH

The Atrium, Curtis Road

Dorking

RH4 1XA

United Kingdom

Contact name: NHSCS 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