Buyer Name: SUPPLY CHAIN COORDINATION LIMITED
Buyer Address: Wellington House, 133-155 Waterloo Road, London, UKI45, SE1 8UG, United Kingdom
Contact Email: sam.ender2@Supplychain.nhs.uk
Buyer Name: SUPPLY CHAIN COORDINATION LIMITED
Buyer Address: Wellington House, 133-155 Waterloo Road, London, UKI45, SE1 8UG, United Kingdom
Contact Email: sam.ender2@Supplychain.nhs.uk
The scope of the procurement is for the provision of Cardiac diagnostic equipment services and associated accessories, including but not limited to ECG and Stress Testing Equipment • ECG Equipment and associated products and services • Remote ECG Analysis/Services • Stress Testing Equipment and associated product and services Note: For future tenders the following requirements will apply: • ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderer’s and the product’s supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution ('ISO Certification'). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ (‘Notified Bodies’) • CE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender. • Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their modern slavery statement on their website • Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12months prior to the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/ • Evergreen Sustainable Supplier Assessment – Tenderers will need to have completed the assessment within 12months of the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ • Carbon Reduction Plan (CRP): Tenders must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances • Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate PLEASE NOTE: This procurement will be published under the new title 'Cardiac and Pulmonary Diagnostics and Exercise (Stress) Testing Solutions'
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/012656-2026
Link Description: Tender notice on Find a Tender
Lot Title: Electrocardiograph (ECG) Devices and Management Systems
Lot Description: This will include but not limited to ECG Machines, Patch Device Holters/Event Monitors/Recorders and Ambulatory Blood Pressure Monitors.
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: This Framework Agreement will have the option to extend incrementally for a further 24 Months
Lot 1 Value: GBP 76,667,000
Lot 1 Value (Gross): GBP 92,000,000
Lot 1 Contract Start: 2026-07-25T00:00:00+01:00
Lot 1 Contract End: 2028-07-24T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Social Value (10%)
Lot 1 Award Criterion (quality): Training (8%)
Lot 1 Award Criterion (quality): Resilience (4%)
Lot 1 Award Criterion (quality): Support (8%)
Lot 1 Award Criterion (quality): Added Value (30%)
Lot 1 Award Criterion (price): Financial (40%)
Lot Title: Ambulatory Monitoring, Wearable Recorder Devices and Related Services
Lot Description: This will include but not limited to Direct to Patient Ambulatory ECG Record and Analysis Services
Lot 2 Status: active
Lot 2 Has Options: Yes
Lot 2 Options: This Framework Agreement will have the option to extend incrementally for a further 24 Months
Lot 2 Value: GBP 76,667,000
Lot 2 Value (Gross): GBP 92,000,000
Lot 2 Contract Start: 2026-07-25T00:00:00+01:00
Lot 2 Contract End: 2028-07-24T23:59:59+01:00
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Social Value (10%)
Lot 2 Award Criterion (quality): Resilience (6%)
Lot 2 Award Criterion (quality): Service (22%)
Lot 2 Award Criterion (quality): Core Requirements (12%)
Lot 2 Award Criterion (price): Financial (50%)
Lot Title: Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services
Lot Description: This will include but not limited to Body plethysmograph systems, Pulmonary Function Testing Systems, Cardiac stress testing systems, CPET (Cardiopulmonary Exercise Testing)/ergospirometry systems.
Lot 3 Status: active
Lot 3 Has Options: Yes
Lot 3 Options: This Framework Agreement will have the option to extend incrementally for a further 24 Months
Lot 3 Value: GBP 76,667,000
Lot 3 Value (Gross): GBP 92,000,000
Lot 3 Contract Start: 2026-07-25T00:00:00+01:00
Lot 3 Contract End: 2028-07-24T23:59:59+01:00
Lot 3 SME Suitable: Yes
Lot 3 Award Criterion (quality): Social Value (10%)
Lot 3 Award Criterion (quality): Training (8%)
Lot 3 Award Criterion (quality): Resilience (4%)
Lot 3 Award Criterion (quality): Service (8%)
Lot 3 Award Criterion (quality): Added Value (30%)
Lot 3 Award Criterion (price): Financial (40%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PLLH-1887-BMRL",
"name": "SUPPLY CHAIN COORDINATION LIMITED"
},
"date": "2026-02-12T08:06:27Z",
"id": "012656-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-052960",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SE1 8UG",
"region": "UKI45",
"streetAddress": "Wellington House, 133-155 Waterloo Road"
},
"contactPoint": {
"email": "sam.ender2@Supplychain.nhs.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.supplychain.nhs.uk/"
},
"id": "GB-PPON-PLLH-1887-BMRL",
"identifier": {
"id": "PLLH-1887-BMRL",
"scheme": "GB-PPON"
},
"name": "SUPPLY CHAIN COORDINATION LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "Notice changed to reflect:\nTotal value of framework (estimated): previously read \u00a37,667,000 (exc VAT). This was erroneous, the actual value is \u00a376,667,000 (exc VAT)",
"id": "012656-2026"
}
],
"awardPeriod": {
"endDate": "2026-07-15T23:59:59+01:00"
},
"coveredBy": [
"GPA"
],
"description": "The scope of the procurement is for the provision of Cardiac diagnostic equipment services and associated accessories, including but not limited to ECG and Stress Testing Equipment\n\u2022\tECG Equipment and associated products and services\n\u2022\tRemote ECG Analysis/Services\n\u2022\tStress Testing Equipment and associated product and services\nNote: For future tenders the following requirements will apply: \n\u2022\tISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international equivalent) to cover all segments of the Tenderer\u2019s and the product\u2019s supply chain. This should include, but not be limited to, sales, manufacturing, storage and distribution (\u0027ISO Certification\u0027). Link for acceptable alternatives https://iaf.nu/en/accreditation-bodies/ (\u2018Notified Bodies\u2019)\n\u2022\tCE Certification and Declaration of Conformity certificates are required where applicable to be presented at submission stage of the tender.\n\u2022\tModern Slavery for Tenderers that have an annual turnover of at least \u00a336 million must have a link to their modern slavery statement on their website \n\u2022\tModern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12months prior to the Tender Close Date via https://supplierregistration.cabinetoffice.gov.uk/\n\u2022\tEvergreen Sustainable Supplier Assessment \u2013 Tenderers will need to have completed the assessment within 12months of the Tender Close Date. Link for instructions and access for this assessment: https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/\n\u2022\tCarbon Reduction Plan (CRP): Tenders must have a valid CRP link on their website that meets the requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional circumstances\n\u2022\tCyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you will need to have a Cyber Security Essentials Plus Certificate\nPLEASE NOTE: This procurement will be published under the new title \u0027Cardiac and Pulmonary Diagnostics and Exercise (Stress) Testing Solutions\u0027",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-12T08:06:27Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "012656-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/012656-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-03-02T15:00:00+00:00"
},
"id": "Project_1621 - Cardiac Diagnostics",
"items": [
{
"additionalClassifications": [
{
"description": "Miscellaneous medical devices and products",
"id": "33190000",
"scheme": "CPV"
},
{
"description": "Diagnostic devices",
"id": "33124100",
"scheme": "CPV"
},
{
"description": "Electrocardiogram",
"id": "33121500",
"scheme": "CPV"
},
{
"description": "Medical equipments",
"id": "33100000",
"scheme": "CPV"
},
{
"description": "Electrocardiography devices",
"id": "33123200",
"scheme": "CPV"
},
{
"description": "Long term ambulatory recording system",
"id": "33121000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Miscellaneous medical devices and products",
"id": "33190000",
"scheme": "CPV"
},
{
"description": "Diagnostic devices",
"id": "33124100",
"scheme": "CPV"
},
{
"description": "Electrocardiogram",
"id": "33121500",
"scheme": "CPV"
},
{
"description": "Medical equipments",
"id": "33100000",
"scheme": "CPV"
},
{
"description": "Electrocardiography devices",
"id": "33123200",
"scheme": "CPV"
},
{
"description": "Long term ambulatory recording system",
"id": "33121000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "2",
"relatedLot": "2"
},
{
"additionalClassifications": [
{
"description": "Miscellaneous medical devices and products",
"id": "33190000",
"scheme": "CPV"
},
{
"description": "Diagnostic devices",
"id": "33124100",
"scheme": "CPV"
},
{
"description": "Electrocardiogram",
"id": "33121500",
"scheme": "CPV"
},
{
"description": "Medical equipments",
"id": "33100000",
"scheme": "CPV"
},
{
"description": "Electrocardiography devices",
"id": "33123200",
"scheme": "CPV"
},
{
"description": "Long term ambulatory recording system",
"id": "33121000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "3",
"relatedLot": "3"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Training",
"numbers": [
{
"number": 8,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Resilience",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Support",
"numbers": [
{
"number": 8,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Added Value",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Financial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2028-07-24T23:59:59+01:00",
"maxExtentDate": "2030-07-24T23:59:59+01:00",
"startDate": "2026-07-25T00:00:00+01:00"
},
"description": "This will include but not limited to ECG Machines, Patch Device Holters/Event Monitors/Recorders and Ambulatory Blood Pressure Monitors.",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "This Framework Agreement will have the option to extend incrementally for a further 24 Months"
},
"renewal": {
"description": "2"
},
"selectionCriteria": {
"criteria": [
{
"description": "The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.",
"type": "economic"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Electrocardiograph (ECG) Devices and Management Systems",
"value": {
"amount": 76667000,
"amountGross": 92000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Resilience",
"numbers": [
{
"number": 6,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Service",
"numbers": [
{
"number": 22,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Core Requirements",
"numbers": [
{
"number": 12,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Financial",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2028-07-24T23:59:59+01:00",
"maxExtentDate": "2030-07-24T23:59:59+01:00",
"startDate": "2026-07-25T00:00:00+01:00"
},
"description": "This will include but not limited to Direct to Patient Ambulatory ECG Record and Analysis Services",
"hasOptions": true,
"hasRenewal": true,
"id": "2",
"options": {
"description": "This Framework Agreement will have the option to extend incrementally for a further 24 Months"
},
"renewal": {
"description": "2"
},
"selectionCriteria": {
"criteria": [
{
"description": "The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.",
"type": "economic"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Ambulatory Monitoring, Wearable Recorder Devices and Related Services",
"value": {
"amount": 76667000,
"amountGross": 92000000,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Training",
"numbers": [
{
"number": 8,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Resilience",
"numbers": [
{
"number": 4,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Service",
"numbers": [
{
"number": 8,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Added Value",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Financial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2028-07-24T23:59:59+01:00",
"maxExtentDate": "2030-07-24T23:59:59+01:00",
"startDate": "2026-07-25T00:00:00+01:00"
},
"description": "This will include but not limited to Body plethysmograph systems, Pulmonary Function Testing Systems, Cardiac stress testing systems, CPET (Cardiopulmonary Exercise Testing)/ergospirometry systems.",
"hasOptions": true,
"hasRenewal": true,
"id": "3",
"options": {
"description": "This Framework Agreement will have the option to extend incrementally for a further 24 Months"
},
"renewal": {
"description": "2"
},
"selectionCriteria": {
"criteria": [
{
"description": "The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.",
"type": "economic"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"title": "Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services",
"value": {
"amount": 76667000,
"amountGross": 92000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "goods",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"status": "active",
"submissionMethodDetails": "The Framework Agreement will be between NHS Supply Chain and the Tenderer, however 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 Tenderer for any of the supplies and/or services under the Framework. \nElectronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt, and notwithstanding the estimate indicated within the scope, NHS Supply Chain does not guarantee any level of purchase through the framework and advises Tenderers that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain\u0027s eTendering portal at https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice.\nINSTRUCTIONS FOR REGISTRATION AND PORTAL ACCESS\nSubmission of expression of interest and procurement specific information:\nThis procurement exercise will be conducted on the NHS Supply Chain eTendering portal at: https://nhssupplychain.app.jaggaer.com//\nSuppliers wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:\nRegistration.\n1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.\n2. If not yet registered:\n\u2014 Click on the \u2018Not Registered Yet\u2019 link to access the registration page.\n\u2014 Complete the registration pages as guided by the mini guide found on the landing page.\nPortal access.\nIf registration has been completed:\n\u2014 Login with URL https://nhssupplychain.app.jaggaer.com// .\n\u2014 Click on ITTs Open to All Suppliers.\n\u2014 Select from the following ITTs:\nITT_2023 Procurement Specific Questionnaire All Lots\nITT_2025 - Lot 1 - Electrograph (ECG) Devices and Management Systems\nITT_2026 - Lot 2 - Ambulatory Monitoring, Wearable Recorder Devices and Related Services\nITT_2027 - Lot 3 - Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services\n\u2014 Click on \u0027Express Interest\u0027\n\u2014 Read\u0027 Information\u0027 dialogue box then \u0027Confirm\u0027\nIMPORTANT: Please note you MUST respond to ITT_2023, AND one/or all Lot specific ITT\u0027s.\nSuppliers are strongly advised to read all of the tender documentation provided thoroughly to know how to submit a fully compliant Tender before the submission deadline.\nSuppliers are encouraged to download the supplier handbook located within the eProcurement portal by following the \u0027Supplier Helpcentre\u0027 link within the Useful Links section of the Dashboard.\nFor any technical help with the portal please contact:\nTel: 0800 069 8630 or via Request Assistance/Live Chat\nPlease refer to Section III.1.1 for additional information\nAll tender submissions must be submitted online via the Jaggaer Qualification, Technical and Commercial Envelopes in compliance with the published tender documentation. Tenders submitted by any other means than the eProcurement Portal response envelopes will not be accepted.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"description": "NHS Supply Chain seeks to establish a Cardiac and Pulmonary Diagnostics and Exercise (Stress) Testing Solutions intended to cover Electrocardiograph (ECG) Devices and Management Systems, Ambulatory Monitoring, Wearable Recorder Devices and Related Services and Exercise Tolerance Testing (ETT), Cardiopulmonary Exercise Testing (CPET), and Pulmonary Function Testing (PFT) Systems and Related Products and Services\nIt is anticipated that in the first 12 months of the Framework Agreement the value of purchases will be circa \u00a317,300,000.00 (exc VAT) however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework. The Framework Agreement between NHS Supply Chain and successful Tenderers will reserve the right to purchase the same or similar supplies from Tenderers not appointed to the Framework at its sole discretion.\nFor Goods/Services ordered via the Direct Route of Supply as set out in the Framework Agreement Award Pack, the following Participating Authorities are entitled to place Orders: 1) the Authority; 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.",
"method": "withReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2026-03-09T15:00:00+00:00"
},
"title": "Cardiac Diagnostics Equipment, Technologies and Related Equipment and Services 2026",
"value": {
"amount": 76667000,
"amountGross": 92000000,
"currency": "GBP"
}
}
}