Planning

IV Connection & Pressure monitoring

  • SUPPLY CHAIN COORDINATION LIMITED

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

Notice identifier: 2025/S 000-063105

Procurement identifier (OCID): ocds-h6vhtk-051e41 (view related notices)

Published 4 August 2025, 10:57am

Last edited 8 October 2025, 9:17am

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

This PME notice now supersedes the original Intravenous and pressure monitoring accessories PME and includes is for the supply of Extension Sets, Intravenous and pressure monitoring accessories, including but not limited to those listed in the below sections.

Scope

Reference

Project_1608

Description

This Framework Agreement is for the supply of Extension Sets, Intravenous and pressure monitoring accessories, including but not limited to those listed below.

This PME notice now supersedes the original Intravenous and pressure monitoring accessories PME- Project_1608.

Precise quantities are not known. It is anticipated that initial expenditure under the Framework will be in the region of £33,500,000 to £50,000,000 in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. Estimated value over the total Framework Agreement term (including any extension options), is approximately £200,000,000.

The range of products available under the framework agreement includes IV Extension sets and Intravenous accessories & Pressure monitoring accessories.

The Framework Agreement will be between NHS Supply Chain and the Supplier.

IV Extension sets.

Intravenous Accessories

Invasive Blood Pressure Monitoring Sets and Accessories.

Commercial tool

Establishes a framework

Total value (estimated)

  • £200,000,000 excluding VAT
  • £240,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 August 2027 to 31 July 2029
  • Possible extension to 31 July 2031
  • 4 years

Main procurement category

Goods

CPV classifications

  • 33194000 - Devices and instruments for transfusion and infusion

Contract locations

  • UK - United Kingdom

Engagement

Engagement deadline

3 February 2026

Engagement process description

We are seeking to engage with interested suppliers who can supply the Goods detailed in the procurement description.

Suppliers can express interest in the opportunity using the following:

PORTAL ACCESS

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

-Click on "SQs Open to All Suppliers" and search for the title of the

Procurement: SQ_608

Procurement name: Project_1608 - IV Connection and Pressure Monitoring 2027

EXPRESSION OF INTEREST- Click on the 'Response Form' tab.-Answer

the question in the Qualification Envelope at 1.1.1-Click 'submit.

response.

RFI to be sent, the RFI document will be issued via email from email, address IVTherapycontracts@supplychain.nhs.uk. Please ensure you monitor your emails for correspondence from this email address. This new RFI will supersede the original Intravenous and pressure monitoring RFI.

Feedback sessions via Microsoft teams to be held with incumbent suppliers to discuss current performance, challenges, and innovation opportunities. During this session, we will cover the following topics:

• Tender overview and commercial objectives

• Specification and product list feedback

• Procurement process, participation criteria, and sustainability expectations

• Key timelines and milestones

Key dates:

• Deadline for submission of completed RFI- 04/11/2025.

• Supplier webinar: registration details to follow when date is confirmed.

• Circulation of draft specification and product list estimated – 12/12/2025.

• Final feedback for Specification and product list (only if this is revised and circulated a second time) -04/02/2026.

Please note: For future tenders the following requirements will apply:

• 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 are required where applicable to be presented at submission stage of the tender.

• Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have 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 12months of the Tender Publication Date via https://supplierregistration.cabinetoffice.gov.uk/

• Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment and achieved Level 1 within 12months of the Tender Publication 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): Tenders 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

• 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

•Additional information: https://www.supplychain.nhs.uk/suppliers/useful-information


Participation

Particular suitability

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

Submission

Publication date of tender notice (estimated)

12 March 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