Planning

Negative Pressure Wound Therapy

  • SUPPLY CHAIN COORDINATION LIMITED

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

Notice identifier: 2025/S 000-049574

Procurement identifier (OCID): ocds-h6vhtk-051ea0 (view related notices)

Published 18 August 2025, 3:34pm



Scope

Reference

Project_1605

Description

Supply Chain Coordination Limited ("NHS Supply Chain") is exploring options in developing a Negative Pressure Wound Therapy (NPWT) Framework. NPWT includes negative pressure pumps, and the associated consumables as used throughout various departments of Acute trusts and in community settings.

ygThe Framework Agreement will be between Supply Chain Coordination Limited ("NHS Supply Chain") and the Supplier. We are currently in the process of defining the framework's duration and structure and we will be seeking stakeholder input through continuous Supplier Engagement sessions. The current lot structure for this procurement is outlined as follows however this is under review and may be amended following consultation:

Lot 1 Large Devices - For the purchase of large negative pressure pumps used predominately in an Acute setting, all of which are intended to aid in the wound healing process for both acute and chronic wounds.

Lot 2 Portable Devices - Portable negative pressure wound therapy pumps are defined as able to be transported or conveyed by hand and allow patient full mobility (if needed) whilst receiving negative pressure therapy or for use in an Ambulatory care setting

Lot 3 Disposable Devices - Disposable negative pressure devices are single patient use pumps and are to be disposed of once used to treat the wound for a set period. Exudate to be stored away from the wound in a cannister and/or dressing.

Lot 4 Consumables - products used in conjunction with negative pressure wound therapy pumps.

Lot 5 Pump Rental - the rental of pumps listed in lots 1 and 2.

We are in the process of reviewing this structure and welcome engagement with suppliers as part of that review. Precise quantities are unknown as we are currently reviewing a range of framework term options to determine the most suitable approach. It is anticipated that initial estimated expenditure value over the total Framework Agreement term (including any extension options) will be in the region of: 4-year framework term option: £94,775,762 - £102,110,004 (excl VAT). Please note that this is an estimate only, as the final term of the Framework Agreement is still under active review during preliminary market engagement and has not yet been confirmed. The values provided may vary depending on the specific requirements of the participating bodies using the Framework.

The following requirements will include but are not limited to:

• ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderer's and the product's supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies')

• CE Certification and Declaration of Conformity: certificates where applicable to be presented at submission stage of the tender.

• Modern Slavery: Tenderers that have an annual turnover of at least £36 million must provide a link to their modern slavery statement on their website

• Modern Slavery Assessment Tool (MSAT): Tenderers must have a score of 41% or above within 12 months of the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/

• Evergreen Sustainable Supplier Assessment: Tenderers will need to have completed the assessment and within 12 months of the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/

• Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR excused in exceptional circumstances. , CRP has to be dated within the 12 months prior to tender close date.

• Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate

For further guidance please visit Net Zero Supply Chain and Suppliers.

Commercial tool

Establishes a framework

Total value (estimated)

  • £102,110,004 excluding VAT
  • £122,532,004.80 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 29 March 2027 to 28 March 2031
  • 4 years

Main procurement category

Goods

CPV classifications

  • 33140000 - Medical consumables
  • 42122410 - Pumps for medical use
  • 42122000 - Pumps
  • 33141114 - Medical gauze

Contract locations

  • UK - United Kingdom

Engagement

Engagement deadline

27 January 2026

Engagement process description

To support the development of a comprehensive strategy and set of requirements, Supply Chain Coordination Limited ("NHS Supply Chain") (the Authority) is initiating a Preliminary Market Engagement (PME). This process is intended to consult the market and identify potential suppliers capable of meeting the emerging goods and services requirements. Through this engagement, the Authority aims to understand supplier capacity, explore opportunities for innovation, and ensure all interested parties are informed of this opportunity.

The Preliminary Market Engagement (PME) will cover the following activities:

Interested suppliers are invited to submit an Expression of Interest (EOI) via the Jaggaer system.

A further opportunity for supplier engagement is planned in the form of a webinar, currently anticipated for September/October 2025 (subject to change). Invitations will be extended to all suppliers who have expressed interest in the Preliminary Market Engagement (PME).

Suppliers who express an interest will be provided with the draft specifications and product list, which are currently under development. This is expected to take place in December 2025 (STC). The Authority will invite feedback and assumptions based on these documents.

We will maintain regular dialogue with incumbent suppliers and engage with potential new suppliers who express interest, initiating exploratory conversations to understand their offerings and assess alignment with our requirements. These conversations will take place via Microsoft Teams, telephone, or face-to-face meetings, depending on suitability and availability.

Suppliers who have expressed an interest in this opportunity are encouraged to engage with us via these means.

The Authority sincerely appreciates your engagement and looks forward to receiving your considered input throughout the course of this process.


Participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Publication date of tender notice (estimated)

13 February 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