Tender

Surgical Dressings

  • Belfast Health & Social Care Trust
  • Northern Health & Social Care Trust
  • South Eastern Health & Social Care Trust
  • Western Health & Social Care Trust
  • Southern Health and Social Care Trust
Show 7 more buyers Show fewer buyers
  • Strategic planning and performance group
  • Northern Ireland Fire and Rescue Service
  • Northern Ireland Ambulance Service HSC Trust
  • Northern Ireland Blood Transfusion Service
  • Department of Health
  • NI Public Health Agency
  • Department of Justice

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-082441

Procurement identifier (OCID): ocds-h6vhtk-05660f (view related notices)

Published 12 December 2025, 12:33pm



Scope

Reference

6297442

Description

This tendering exercise aims at renewing the compliant and effective framework for the supply and delivery of Surgical Dressings and Miscellaneous Products [3508540] which is due to expire on 30th April 2026*. This new framework will also incorporate the Aseptically Prepared Larvae which are currently covered by JDAC 4225718 which expires 31st May 2026*.

*Both the existing Surgical Dressings FW [3508540] and the Aseptically Prepared Larvae JDAC [4225718] were extended by 3 and 2 months respectively (under clause 2.3, Commercial Terms and Conditions ) to 31st July 2026 allow additional time for completion of this tender.

Commercial tool

Establishes a framework

Total value (estimated)

  • £56,100,000 excluding VAT
  • £63,710,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 August 2026 to 31 July 2030
  • Possible extension to 31 January 2032
  • 5 years, 6 months

Description of possible extension:

This is a closed framework for 48 months, however as detailed in the Mid-Tier Award Form, there is for provision to extend the framework for periods up to an additional 18 months to facilitate an additional procurement competition.

Main procurement category

Goods

CPV classifications

  • 33140000 - Medical consumables
  • 33600000 - Pharmaceutical products

Contract locations

  • UKN - Northern Ireland

Lot 1. Securement & Dressings

Description

Various Securement & Dressings as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £14,584,364.11 excluding VAT
  • £17,501,236.93 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Bandages

Description

Various Bandages as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £2,162,556.70 excluding VAT
  • £2,595,068.04 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Compression Garments

Description

Various Compression Garments as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £1,866,685.43 excluding VAT
  • £2,240,022.51 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Orthopaedic

Description

Various Orthopaedic as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £3,986,788.74 excluding VAT
  • £4,784,146.48 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Wound Closure

Description

Various Wound Closure as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £3,284,861.33 excluding VAT
  • £3,941,833.60 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. Single Use Negative Wound Pressure Therapy Systems

Description

Various Single Use Negative Wound Pressure Therapy Systems as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £6,977,241.40 excluding VAT
  • £8,372,689.68 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 7. External Preparations & Miscellaneous

Description

Various External Preparations & Miscellaneous as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £5,641,723.62 excluding VAT
  • £6,770,068.34 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 8. Drapes

Description

Various Drapes as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £768,533.31 excluding VAT
  • £922,239.97 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 9. Cotton Wool

Description

arious Cotton Wool products as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £404,143.40 excluding VAT
  • £484,972.08 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 10. Haemostasis

Description

Various Haemostasis products as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £16,081,327.27 excluding VAT
  • £19,297,592.72 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 11. Aseptically Prepared Larvae

Description

Aseptically Prepared Larvae as set out within the Tender documentation

The Lot Value detailed below is calculated on the basis of the full four term and also includes the additional 18 month extension plus an allowance of 50% to allow for potential growth over the full term.

Lot value (estimated)

  • £328,729.50 excluding VAT
  • £394,475.40 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

This in an unranked framework for the provision of surgical dressings to the following bodies within Northern Ireland:

Belfast Health and Social Care Trust (BHSCT)

South Eastern Health and Social Care Trust (SEHSCT)

Northern Health and Social Care Trust (NHSCT)

Southern Health and Social Care Trust (SHSCT)

Western Health and Social Care Trust (WHSCT)

Business Services Organisation (BSO)

Regional Pharmaceutical Procurement Service (RPhPS)

Northern Ireland Ambulance Service (NIAS)

Northern Ireland Fire and Rescue Service (NIFRS)

Northern Ireland Blood Transfusion Service (NIBTS)

Public Health Agency (PHA)

Department of Health, Northern Ireland (DoH(NI))

Department of Justice, Northern Ireland (DOJ(NI))

Strategic Performance Planning Group (SPPG)

The Framework Agreement will operate either a Direct Call-Off system, a Partial Further Competition or a Further Competition whereby the Buyer will engage the services of the Framework Provider through a Direct Call-off or a form of further competition or both. In accordance with CP21 the Tender Assessment Methodology, all suppliers who meet the assessment criteria will be appointed to the framework. The framework does not rank suppliers, and call-off decisions will be made based on the Buyer's operational, clinical, and technical requirements:

-Continuity of Patient Care: Uninterrupted service is essential for patient safety and clinical outcomes.

-Unpredictable, Ad-Hoc, or Low Volume Requirements: Demand is irregular or cannot be forecasted reliably.

-Product Familiarity: End-users are familiar with the product, and switching would incur disproportionate training or adaptation costs.

-Device or System Compatibility: The product must be compatible with existing systems or equipment.

-Patient-Specific Clinical Requirements: A clinician has determined a specific product is necessary for an individual patient's clinical needs.

-Governance, quality control, and risk (e.g. standardisation, patient safety)

-Price and/or cost-effectiveness.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. Securement & Dressings

Lot 2. Bandages

Lot 3. Compression Garments

Lot 4. Orthopaedic

Lot 5. Wound Closure

Lot 6. Single Use Negative Wound Pressure Therapy Systems

Lot 7. External Preparations & Miscellaneous

Lot 8. Drapes

Lot 9. Cotton Wool

Lot 10. Haemostasis

Lot 11. Aseptically Prepared Larvae

Conditions of Participation - Legal and Financial

15.1 Insurances

Suppliers must confirm that they will have prior to contract commencement date, the insurance as detailed within the terms and conditions of contract Schedule 22. Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must confirm by answering "Yes" that they will have the insurance as detailed within the terms and conditions of contract Schedule 22 prior to the commencement date, a "No" response will result in a "Fail".

15.2 Insurances

Suppliers must insert details of insurances already in place

OR

Suppliers must insert details of insurances which will be obtained following contract award (including information on how this insurance will be obtained - e.g. a quote) Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must insert the details of insurance already in place OR insert the details of the insurance which will be obtained following the contract award - including information on how the insurance will be obtained, failure to do so will result in a "Fail".

15.3 Bank details

Suppliers must insert the following bank details: the name, address and telephone number of their banker Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must have provided their bank details - name, address and telephone number of their banker, failure to do so will result in a "Fail".

15.4 Banking History

Suppliers must provide evidence to demonstrate that they have the financial capacity required for the contract.

Note to Suppliers the Buyer will not be paying charges for information requested.

Please furnish this by providing the following:

- Account Name

- Sort Code

- Number of Years account has been opened. Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must have provided their banking history to evidence that they have the financial capacity required for the contract, failure to do so will result in a "Fail".

15.5 Annual Turnover

Suppliers must indicate the annual turnover of their organisation over the last 3 financial years. If their organisation is part of a group, they must give figures for both their own organisation and the group.

Please provide proportional turnover figures in respect of the goods/services to which this contract relates for the previous 3 financial years

Example should be presented as follows:

Organisation

Year

Total Annual Turnover £

proportional Annual Turnover £ Mandatory Requirement

Pass/Fail

To achieve a "Pass" suppliers must have provided the annual turnover for their organisation or group (see 15.6) for the last 3 financial years, failure to do so will result in a "Fail".

15.6 Terms and Conditions

Suppliers must confirm that they have carefully read the documents attached, titled 'Mid-Tier' Core Terms and accompanying Schedules and confirm their acceptance of these terms. Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must confirm by answering "Yes". A "No" response will result in a "Fail".

15.7 Real Living Wage

In accordance with the Procurement Policy Note (PPN) 01/21 Social Value in Procurement (PPN 01/21) Suppliers must ensure that they make payment of the Real Living Wage as a minimum, to all workers engaged in the delivery of the contract. Further information is available from the Living Wage Foundation https://www.livingwage.org.uk

Suppliers must confirm, if awarded, that they will pay the Living Wage Foundation rates as a minimum to all workers directly involved in this contract. The Buyer reserves the right to request information as evidence at any time during the contract.

Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must confirm by answering "Yes". A "No" response will result in a "Fail".

15.8 Mid-Tier Award Form

Suppliers must attach a completed Mid-Tier Award Form. Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must have attached their completed Mid-Tier Award Form. Failure to do so will result in a "Fail".

15.9 Mid-Tier Schedule 20 (Processing Data)

Suppliers must attach their completed Schedule 20 (Processing Data). Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must have attached their completed Mid-Tier Schedule 20 (Processing Data). Failure to do so will result in a "Fail".

Technical ability conditions of participation

Lot 1. Securement & Dressings

Lot 2. Bandages

Lot 3. Compression Garments

Lot 4. Orthopaedic

Lot 5. Wound Closure

Lot 6. Single Use Negative Wound Pressure Therapy Systems

Lot 7. External Preparations & Miscellaneous

Lot 8. Drapes

Lot 9. Cotton Wool

Lot 10. Haemostasis

Lot 11. Aseptically Prepared Larvae

Conditions of Participation - Technical Ability

16.1

16.1a - 16.1c Suppliers must provide details in questions 16.1a, 16.1b and 16.1c, of up to three contracts to meet conditions of participation relating to technical ability set out in the relevant notice or procurement documents, in any combination from either the public or private sectors (which may include samples of grant-funded work).

Mandatory Requirement

Pass/Fail

To achieve a "Pass" supplier, must have provided a minimum of one from the past three years. The named contact provided must be able to validate that the information provided in response to this question is accurate.

For consortium bids, or where you have indicated that you are relying on an associated person to meet the technical ability, you must have provided relevant examples of where the associated person has delivered similar requirements. If this was not possible (e.g. the consortium is newly formed or a special purpose vehicle is to be created for this contract) then three separate examples must have been provided between the principal member(s) of the proposed consortium or members of the special purpose vehicle or sub-contractors (three examples are not required from each member), a failure to provide any relevant examples will result in a "Fail".

Suppliers who are unable to respond to 16.1 should insert Not Applicable, but must provide a response to 16.2

16.2 Suppliers who cannot provide at least one example of previous relevant contracts held which are relevant to the requirement, must provide an explanation for this and how they meet the conditions of participation relating to technical ability in no more than 500 words e.g. your organisation is a new start-up or you have provided services in the past but not under a contract. Mandatory Requirement

Pass/Fail

To achieve a "Pass" Suppliers must have provided an explanation as to why they have been unable to provide an example of at least one previous relevant contract, and detail how they meet the conditions of participation relating to technical ability. Failure to do so will result in a "Fail".

16.3

Supply of Medical Devices (i) Compliance with ISO13485:2016 - Medical Devices Quality Management Systems Pass/Fail

Suppliers who supply or manufacture a product classed as a medical device must confirm that the manufacturer complies with ISO13485:2016 - Medical Devices Quality Management Systems.

In order to achieve a "Pass", Suppliers must provide a 'Yes' response, otherwise "Fail".

If a medical device is not being supplied, Suppliers should avail of the N/A option.

(ii) Compliance with the Medical Device supply / EU Authorised Representative Pass/Fail

Suppliers must confirm that, where they intend to supply medical devices, either individually or as part of a pack, such medical devices will be released and sold onto the NI market by an appropriate EU Authorised Representative (AR), in accordance with Medical Device Regulation (EU) 2017/745 (as amended/supplemented).

In order to achieve a "Pass", Suppliers must provide a 'Yes' response, otherwise "Fail".

If a medical device is not being supplied, Suppliers should avail of the N/A option.

16.4 Supply of Medicinal Products Compliance with Medicines Regulations Pass/Fail

To achieve a pass, Suppliers who supply or manufacture products classed as medicinal products must confirm compliance with the provision of the Medicines Acts 1968 and 1971 and the regulations made under the act and the Human Medicines Regulations 2012.

In order to achieve a "Pass", Suppliers must provide a 'Yes' response, otherwise "Fail".

If a medicinal product is not being supplied, Suppliers should avail of the N/A option.

16.5 Supply of Unlicensed Medicines (lot 11 ONLY) Confirmation of Specials Manufacturing (MS) Licence Pass/Fail

To achieve a "Pass", Suppliers who supply or manufacture products classed as unlicensed medicines must a) indicate that certification as outlined in clause 9.1 (ii) of the Schedule 2 (Specification) document is accessible via a hyperlink to the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 (ii) of the Schedule 2 (Specification) document will result in a "Fail".

If an unlicensed medicine is not being supplied, Suppliers should upload a word document stating N/A.

16.6 Confirmation of Supplier's Manufacturing Capabilities

This section only applies to those uppliers who supply or manufacture products classed as medicinal products. Suppliers must ensure the manufacture of any Products supplied under this Framework is undertaken by an organisation that holds an appropriate licence at all times (i.e. Manufacturer Authorisation (MIA) and complies with Good Manufacturing Practice (GMP)).

(i) Confirmation of Product Manufacturer's Authorisation (MIA) Pass/Fail

In order to achieve a "Pass", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via a hyperlink to the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a "Fail".

(ii) Confirmation of Good Manufacturer's Practice (GMP) Pass/Fail

In order to achieve a "Pass", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via a hyperlink to the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification (or a relevant Responsible Person (RP) statement) as outlined in clause 9.1 of the Schedule 2 (Specification) document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a "Fail".

16.7 Confirmation of Supplier's Licensing

This section is only applicable to those Suppliers who distribute products classed as medicinal products. Suppliers must ensure the distribution of any Product supplied under this Framework is undertaken by an organisation that holds an appropriate licence at all times (i.e. a Manufacturer Authorisation (MIA) or Wholesale Distribution Authorisation (WDA) and, where applicable, complies with Good Distribution Practice (GDP)).

(i) Confirmation of Wholesale Distribution Authorisation (WDA) Pass/Fail

In order to achieve a "Pass", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via a hyperlink to the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification to demonstrate compliance with the requirements as stated (this may be a WDA certificate or evidence that distribution of a medicinal product is provided for in the MIA in the event that the manufacturer is also the distributor of the product). Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a "Fail".

(ii) Confirmation of Good Distribution Practice (GDP) Pass/Fail

In order to achieve a "Pass", Suppliers must (a) indicate that certification as outlined in clause 9.1 of the Schedule 2 (Specification) document is accessible via a hyperlink to the Medicines and Healthcare Products Regulatory Agency (MHRA) website/database, or (b) provide a copy of certification (or a relevant Responsible Person (RP) statement) as outlined in clause 9.1 of the Schedule 2 (Specification) document to demonstrate compliance with the requirements as stated. Lack of satisfactory evidence demonstrating compliance with the requirements as stated in clause 9.1 of the Schedule 2 (Specification) document will result in a "Fail".

Particular suitability

Lot 1. Securement & Dressings

Lot 2. Bandages

Lot 3. Compression Garments

Lot 4. Orthopaedic

Lot 5. Wound Closure

Lot 6. Single Use Negative Wound Pressure Therapy Systems

Lot 7. External Preparations & Miscellaneous

Lot 8. Drapes

Lot 9. Cotton Wool

Lot 10. Haemostasis

Lot 11. Aseptically Prepared Larvae

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

13 January 2026, 3:00pm

Tender submission deadline

23 January 2026, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 April 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 December 2029


Award criteria

This table displays the award criteria of the lot
Name Description Type
Compliance with Contract Scope and Specification

Confirmation of compliance with the Contract requirements as stated in Schedule 2 (Specification)

Quality
Compliance with Product Specification

Confirmation of compliance with Product Specification (Annex A Lot Specification Requirements, Mid-Tier Schedule 2 (Specification))

Quality
Provision of Product Literature

Product Literature Submission

Suppliers must provide the relevant product documentation for assessment by the Tender Assessment Panel during the evaluation stage. The product literature requirements...

Quality
Availability of Product

Ability to supply from Framework commencement date.

Quality
Product Literature Assessment

Assessment of Product Documentation by Tender Assessment Panel to verify compliance with the product specification

Quality

Weighting description

Pass/Fail


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authorities

Belfast Health & Social Care Trust

  • Public Procurement Organisation Number: PLQJ-5727-JCLR

Trust Headquarters, 2nd Floor, Non Clinical Support Building, Royal Victoria Hospital

Belfast

BT12 6BA

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Northern Health & Social Care Trust

  • Public Procurement Organisation Number: PGWQ-9948-YGNJ

Holywell Hospital

Antrim

BT41 2RL

United Kingdom

Region: UKN0D - Antrim and Newtownabbey

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

South Eastern Health & Social Care Trust

  • Public Procurement Organisation Number: PLGY-6381-WWWR

Trust Headquarters, Ulster Hospital, Upper Newtownards Rd

Belfast

BT16 1RH

United Kingdom

Region: UKN0E - Lisburn and Castlereagh

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Western Health & Social Care Trust

  • Public Procurement Organisation Number: PTVW-2397-PWCT

Altnagelvin Area Hospital, Glenshane Road

Londonderry

BT47 6SB

United Kingdom

Region: UKN0A - Derry City and Strabane

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Southern Health and Social Care Trust

  • Public Procurement Organisation Number: PJCC-1957-RCGP

Craigavon Area Hospital, 68 Lurgan Road

Portadown

BT63 5QQ

United Kingdom

Region: UKN07 - Armagh City, Banbridge and Craigavon

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Strategic planning and performance group

  • Public Procurement Organisation Number: PTLM-8233-CDNV

12-22 Linenhall Street

Belfast

BT2 8BS

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Northern Ireland Fire and Rescue Service

  • Public Procurement Organisation Number: PLBR-6377-MHGZ

1 Seymour Street

Lisburn

BT27 4SX

United Kingdom

Region: UKN0E - Lisburn and Castlereagh

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Northern Ireland Ambulance Service HSC Trust

  • Public Procurement Organisation Number: PDNY-7965-NNDW

Site 30 Knockbracken Healthcare Park, Saintfield Road

Belfast

BT8 8SG

United Kingdom

Region: UKN0E - Lisburn and Castlereagh

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Northern Ireland Blood Transfusion Service

  • NHS Organisation Data Service: ukn06
  • Public Procurement Organisation Number: PTNY-7183-GXBY

Belfast City Hosital

Belfast

BT9 7TS

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Department of Health

  • Public Procurement Organisation Number: PMMR-4168-NYRN

Castle Buildings, Stormont

Belfast

BT4 3SQ

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

NI Public Health Agency

  • Public Procurement Organisation Number: PGGH-1787-BZLL

4th Floor , 12-22 Linenhall Street

Belfast

BT28BS

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Department of Justice

  • Public Procurement Organisation Number: PNYR-2253-MGXT

Block C, Castle Buildings, Stormont Estate

Belfast

BT4 3SG

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

Regional Business Services Organisation, Procurement and Logistics Service

Summary of their role in this procurement: BSO PaLS are both a Contracting authority and tendering on behalf of all other organisations listed

  • Public Procurement Organisation Number: PWNJ-1991-NGDW

77 Boucher Crescent

Belfast

BT12 6HU

United Kingdom

Region: UKN06 - Belfast


Contact organisation

Contact Regional Business Services Organisation, Procurement and Logistics Service for any enquiries.