Procurement

Total Cardiology and Vascular Solutions

  • SUPPLY CHAIN COORDINATION LIMITED

Procurement identifier (OCID): ocds-h6vhtk-051dc3

Description

We will be combining various frameworks on to one Total Cardiology and Vascular Solutions framework, which will include the CPV Classifications listed below.

We are exploring options on ideal length of Framework, and will be seeking feedback during the Supplier Engagement sessions, however our current ambition is to seek an agreement with an initial term of 36 months, with a further extension of up to 36 months, with the framework reopened for the extension period.

We will be looking to investigate ways to simplify the commercial agreements within the Framework, including but not limited to Single National Price Points, Threshold Pricing, Electronic Contract Management and Simplified and More Accessible Value Added Schemes

Certain products within this framework agreement are classified as high-cost tariff excluded devices under the NHS England Specialised Services Devices Programme (SSDP) (formerly known as the High-Cost Tariff-Excluded Devices programme). Trusts who are commissioned to provide specialised services in England are directed to purchase all their SSDP requirements through a national supply route via NHS Supply Chain.

Details of the product categories currently within scope of the NHS England Specialised Service Devices Page 6 to 15 Programme (SSDP), can be found using the following link: https://www.england.nhs.uk/commissioning/spec-services/key-docs/medical-devices/ In accordance with the specialised services commissioning policy, NHS Improvement and NHS England will determine which products are classified as excluded from tariff and which are made available under the NHS England Specialised Service Devices Programme (SSDP).

Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of 3,000,000,000 GBP for the initial contract award, this is approximate only and the values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements. NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment/bulk buy initiatives. The framework agreement will be between NHS Supply Chain and the supplier. Under the framework agreement there will be 2 different methods of supply - one for non-direct contract products and one for direct contract products. NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents as non-direct contract products which it will then 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.

For the supplies and/or services identified as direct contract products in the tender documents:

1) NHS Supply Chain;

2) Any NHS Trust;

3) Any other NHS entity;

4) Any government department, agency or other statutory body; and/or

5) Any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the supplier for any of the supplies and/or services under the Framework.

For direct contract products the supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents. NHS Supply Chain is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products as detailed in the Engagement Process section below.

Note - The list of CPV codes is not definitive and may be added to.

Notices

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-032080
Published
12 June 2025, 4:59pm

UK1: Pipeline notice

Notice identifier
2025/S 000-024848
Published
22 May 2025, 1:46pm