Scope
Description
The Authority is exploring the potential to establish a direct contractual arrangement with a chlorine tablet supplier. The purpose of the contract is to ensure a resilient and prioritised supply of chlorine disinfectant combination tablets with detergent 1.7g NaDCC in the event of a national pandemic or public health emergency. As part of this arrangement, the supplier would be required to hold sufficient raw materials (NaDCC) and packaging components to enable production of circa. 9-30 million chlorine tablets ("materials"). *This volume range is an estimate only and subject to final confirmation at the Invitation to Tender (ITT) stage.
The arrangement would operate independently of the Authority's existing Chlorine Framework [2024/S 000-039165] and must ensure timely delivery continuity in the event of a national pandemic or public health emergency conditions, including those resulting in UK border closures ("emergency conditions").
Indicative Requirement
1. Direct Agreement with a Supplier
The Authority intends to enter into a direct contractual agreement with a chlorine tablet supplier. To be considered, a supplier must:
• Own and operate the production machinery used to manufacture the tablets;
• Be able to produce and supply chlorine tablets at scale and on demand;
• The supplier must demonstrate the ability to deliver orders reliably and without delay on a weekly basis to locations within the UK in emergency conditions, including when UK borders may be closed.
2. Emergency Stockholding Requirements
As part of the arrangement,
• The supplier would be required to hold and maintain stock of raw materials (specifically including NaDCC - Sodium Dichloroisocyanurate) and all necessary packaging components;
• Stock must be held specifically for the Authority, clearly designated for its use in the emergency conditions;
• The volume of additional stockholding for the Authority may range between 9-30 million chlorine tablet's worth of raw materials and packaging. This stockholding volume is indicative and subject to confirmation at the Invitation to Tender (ITT) stage;
• All stock must be held physically at the suppliers own controlled facility;
• Materials must not be in transit, at unaffiliated third-party warehouses, or held under consignment arrangements; and
• The supplier must retain full ownership and control over these materials and components.
3. Emergency Supply and Delivery Capability
The supplier must demonstrate the capacity to:
• Deliver chlorine tablets on a weekly basis, without delay to a specified UK depot as instructed by the Authority;
• Maintain delivery capability in border-closed or restricted scenarios; and
• Have the capability to produce and supply approximately 3 million tablets per week under emergency conditions. *This is an estimated volume and not a guaranteed commitment.
4. Contractual Positioning and Priority Access
This contractual agreement will operate outside of the Authority's existing Chlorine Framework.
The Authority must be granted priority access to the materials during any pandemic or emergency conditions period.
The supplier will be expected to sustain continuous supply of the chlorine tablets to the Authority for the full duration of the emergency conditions.
Important Notes
• This is a Pre-Market Engagement notice only and not a call for competition.
• Participation in this PME does not guarantee access to future tender documentation or award.
• Final details and volumes will be confirmed at the ITT stage.
Contract dates (estimated)
- 2 March 2026 to 2 March 2029
- 3 years, 1 day
Main procurement category
Goods
CPV classifications
- 24311900 - Chlorine
Contract locations
- UK - United Kingdom
Engagement
Engagement deadline
1 September 2025
Engagement process description
We encourage all interested parties to respond to the SQ - SQ_604 and we will arrange a suitable time to schedule a call to discuss.
Participation
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
1 December 2025
Contracting authority
SUPPLY CHAIN COORDINATION LIMITED
- Public Procurement Organisation Number: PLLH-1887-BMRL
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
United Kingdom
Email: facilitiesandofficesolutionssupport@supplychain.nhs.uk
Website: https://www.supplychain.nhs.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
North of England Commercial Procurement Collaborative
Summary of their role in this procurement: North of England Commercial Procurement Collaborative (hosted by Leeds and York Partnership NHS Foundation Trust), as agent, for and on behalf of Supply Chain Coordination Limited ("SCCL")
- Public Procurement Organisation Number: PTJM-6566-YTJZ
Don Valley House, Saville Street East
Sheffield
S4 7UQ
United Kingdom
Contact name: Natalia Armusiewicz
Region: UKE32 - Sheffield
Contact organisation
Contact North of England Commercial Procurement Collaborative for any enquiries.