Section one: Contracting authority
one.1) Name and addresses
Supply Chain Coordination Limited
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
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