Pipeline

Masks, Gowns, Visors, PAPRs & Associated Consumables 2027

  • SUPPLY CHAIN COORDINATION LIMITED

UK1: Pipeline notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-080491

Procurement identifier (OCID): ocds-h6vhtk-05f07e (view related notices)

Published 8 December 2025, 10:56am



Scope

Reference

Project_1678

Description

The scope of this framework includes the supply of single-use healthcare personal protective equipment (PPE) and associated consumables for NHS clinical settings, including but not limited to:

Facemasks (Type IIR surgical masks, FFP3 respirators)

Gowns (category III isolation gowns, dignity gowns)

Eye Protection (full-face visors)

Powered Air-Purifying Respirators (PAPRs) and accessories

Fit Testing Equipment (qualitative and quantitative kits)

Cape Hood Type PB 6B

We seek solutions that:

Provide effective infection prevention and control in healthcare environments, meeting relevant legislative standards for Medical Devices and/or PPE regulations where relevant.

Ensure resilience and scalability, including surge capacity for public health emergencies and dynamic stock rotation of pandemic related stockpiling.

Support a nationally coordinated stocked supply strategy, ensuring consistent availability of strategic PPE items, across the NHS.

Simplify product ranges to those frequently purchased/required for the NHS, supported with robust clinical evidence, rationalising suppliers and product ranges to improve efficiency and resilience.

Embed sustainability and ethical sourcing, including carbon reduction initiatives and compliance with labour standards.

Address high-risk modern slavery concerns, requiring suppliers to demonstrate robust due diligence and independent third-party audits of their supply chains.

Offer value for money, with periodic reopening of competition across Lots to aggregate purchasing nationally for committed annual volumes and enable continuous improvement.

Provides transparency and clarity on product classification/type and intended use for protection, to reduce risk of misapplication.

Offer innovation, demonstrating how products support value based procurement through whole life cost, social value, efficiency, patient and staff outcomes, supply chain and the support for adoption.

Suppliers should demonstrate how their proposals achieve these outcomes, including approaches to resilience, sustainability, and ethical compliance.

Commercial tool

Establishes a framework

Total value (estimated)

  • £764,656,636 excluding VAT
  • £917,587,963 including VAT

Contract dates (estimated)

  • 8 July 2027 to 7 July 2030
  • Possible extension to 7 July 2031
  • 4 years

Main category

Goods

CPV classifications

  • 35113400 - Protective and safety clothing
  • 18444000 - Protective headgear
  • 18143000 - Protective gear

Contract locations

  • UK - United Kingdom

Participation

Particular suitability

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

Submission

Publication date of tender notice (estimated)

2 June 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