Contract

: Central Venous Catheters and Associated Products

  • Supply Chain Coordination Limited

F03: Contract award notice

Notice identifier: 2025/S 000-075287

Procurement identifier (OCID): ocds-h6vhtk-048571 (view related notices)

Published 19 November 2025, 2:43pm



Section one: Contracting authority

one.1) Name and addresses

Supply Chain Coordination Limited

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Email

sorria.douglas@supplychain.nhs.uk

Country

United Kingdom

Region code

UKI52 - Barking & Dagenham and Havering

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

Buyer's address

https://www.gov.uk/government/organisations/department-of-health/about/procurement

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

: Central Venous Catheters and Associated Products

two.1.2) Main CPV code

  • 33141000 - Disposable non-chemical medical consumables and haematological consumables

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Supply Chain seek to establish a Framework agreement for the supply of Central Venous Catheters and Associated Products including but not limited to Arterial Lines, Arterial Cannula, Central Venous Catheters (Tunnelled / Non-Tunnelled), Catheter Fixation / Securement Devices, Port Introducers, Implantable Ports (Chest / Arm), Introducers, Tunnelling Rods, Midlines, PICCs, Vascular Catheters, Safety Huber Needles (with / without Y-Site), Wireless ECG Tip Location Systems and their Accessories, and Repair Kits.

The Framework Agreement will be for supply of Central Venous Catheters and Associated Products to NHS Supply Chain and to the NHS Supply Chain customer base via the E-Direct Route. The Framework term will be on a 2+ 2 year basis (with a maximum term of 48 months). It is anticipated that initial expenditure will be in the region of £30,000,000 to £34,125,000 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 maximum 4 year Framework Agreement (2 + 2 Term) will be in the region of £120,000,000 to £136,500,000.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £120,000,000 / Highest offer: £136,500,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141200 - Catheters
  • 33141240 - Catheter accessories
  • 33141320 - Medical needles
  • 33184100 - Surgical implants

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Framework Agreement will be for supply of Central Venous Catheters and Associated Products to NHS Supply Chain and to the NHS Supply Chain customer base via the E-Direct Route. The Framework term will be on a 2+ 2 year basis (with a maximum term of 48 months). It is anticipated that initial expenditure will be in the region of £30,000,000 to £34,125,000 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 maximum 4 year Framework Agreement (2 + 2 Term) will be in the region of £120,000,000 to £136,500,000.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.

NHS Supply Chain intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.

two.2.5) Award criteria

Quality criterion - Name: Resilience / Weighting: 40%

Quality criterion - Name: Training / Weighting: 20%

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: Price / Weighting: 30%

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

This Framework Agreement will have the option to extend up to a total duration no longer than 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 000-001530


Section five. Award of contract

Lot No

1

Title

Central Venous Catheters and Associated Products

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 September 2025

five.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received by electronic means: 19

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Aquilant Limited

Basingstoke

RG24 8PZ

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

B. Braun Medical Limited

Sheffield

Country

United Kingdom

NUTS code
  • UKE32 - Sheffield
The contractor is an SME

No

five.2.3) Name and address of the contractor

Balmung Medical Handel GmbH

Langkampfen

Country

Austria

NUTS code
  • AT - Austria
The contractor is an SME

No

five.2.3) Name and address of the contractor

Becton, Dickinson U.K. Limited

Berkshire

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Fannin UK Limited

Derby

Country

United Kingdom

NUTS code
  • UKF11 - Derby
The contractor is an SME

No

five.2.3) Name and address of the contractor

GBUK LTD

North Yorkshire

Country

United Kingdom

NUTS code
  • UKE2 - North Yorkshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

HEADINGTON MEDICAL TECHNOLOGY LTD

Oxford

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Johnson & Johnson Medical Ltd

Edinburgh

Country

United Kingdom

NUTS code
  • UKM75 - Edinburgh, City of
The contractor is an SME

No

five.2.3) Name and address of the contractor

Kimal Plc

Middlesex

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

pfm medical UK Ltd

Cheshire

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Medical Access Ltd

Chester

Country

United Kingdom

NUTS code
  • UKD63 - Cheshire West and Chester
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Reflex Medical Limited

Shepton Mallet

Country

United Kingdom

NUTS code
  • UKK23 - Somerset
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Scottmed Distribution (UK) Ltd

Cardiff

Country

United Kingdom

NUTS code
  • UKL22 - Cardiff and Vale of Glamorgan
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

ICU MEDICAL GROUP LIMITED

Kent

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

TFX Group Limited

Buckinghamshire

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

No

five.2.3) Name and address of the contractor

Timesco Healthcare Ltd

Essex

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Unisurge International Limited

Suffolk

Country

United Kingdom

NUTS code
  • UKH14 - Suffolk
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Vygon (UK) Limited

Wiltshire

Country

United Kingdom

NUTS code
  • UKK15 - Wiltshire CC
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £136,500,000


Section six. Complementary information

six.3) Additional information

Not Applicable

six.4) Procedures for review

six.4.1) Review body

Not Applicable

Not Applicable

Country

United Kingdom