Infusion Pumps Administration Sets and Associated products 2026

A Prior Information Notice
by SUPPLY CHAIN COORDINATION LTD (SCCL)

Source
Find a Tender
Type
Contract (Goods)
Duration
not specified
Value
£-£324M
Sector
HEALTH
Published
17 Jan 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

United Kingdom: Various Locations in the UK

Geochart for 1 buyers and 0 suppliers

Description

A Framework Agreement for the procurement of Infusion Pumps Administration Sets and Associated Products to provide the intravenous delivery of solutions and bloods to a patient. This will include but not limited to: 1. Electrical and Battery-Operated Infusion Pumps – examples include Volumetric Pumps, Syringe Pumps, Patient Controlled Analgesia Pumps, Anesthetic Pumps, Epidural Pumps 2. Pump Dedicated Administration Sets 3. Gravity Administration Sets – examples include solution, blood and burette sets. 4. Disposable Infusion Pumps 5.Infusion Monitoring Systems Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £ 69,000,000 to £81,000,000 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. 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.

Lot Division

1 Electrical and Battery-Operated Infusion Pumps

This Lot is for the supply of electrical and battery powered infusion pumps for the administration of fluids, drugs, blood and nutrients. Pump types include; • Volumetric pumps; • Syringe pumps; • Anesthetic pumps; • Patient controlled analgesia pumps; • Epidural pumps; • Ambulatory volumetric pumps; and • Ambulatory syringe drivers Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £ 10,000,000 to £12,000,000 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.

2 Pump Dedicated Administration Sets

This Lot is for the supply of administration sets which are dedicated to specific manufacturer’s volumetric pumps. All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector. Products within this Lot will include; • Solution sets; • Oncology sets; • Blood sets; • Burette sets; • Epidural sets; • Medication cassettes; • PCA sets; • Secondary sets; All products on this Lot must meet current standards and Regulations: NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be) Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £ 45,000,000 to £ 50,000,000 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.

3 Gravity Administration Sets

This Lot is for the supply of gravity administration sets. They are a device used as part of a system to administer and filter blood and/or blood components to a patient. Products within this Lot will include; • Gravity solution sets; • Gravity blood sets; • Gravity burette sets; • Gravity blood and blood derivatives; • Gravity secondary sets All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector. NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be) Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £ 12,000,000 to £ 15,000,000 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.

4 Disposable Infusion Pumps

This Lot is for the supply of disposable infusion pumps. Products within this Lot are single use, non-electrically driven infusion pumps including, but shall not be limited to; • Continuous pump, delivers continuous infusion of medications; • Patient controlled Analgesia pump, delivers medications with both continuous and bolus doses; and • Multi-rate pump, delivers a variety of flow rates which can be adjusted by switching the regulator during the infusion All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector. NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be). Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,000,000 to £2,000,000 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.

5 Infusion Monitoring Systems

This Lot is for Infusion Monitoring Systems that are used for Peripheral IV site monitoring to detect Infiltrations and extravasations . All products must be suitable for use in the Healthcare and Healthcare related environment, typically within the NHS sector. NHS Supply Chain may stipulate testing of Applicant’s Goods at the Applicant’s expense or request further information from the Applicant to ensure the Goods comply with the Specification at any time during the Tender or post tender. In the event that the product(s) do not meet the Specification, NHS Supply Chain will reserve the right to exclude the Goods from the Framework Agreement and/or the tender process (as the case may be) Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £1,000,000 to £2,000,000 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.

CPV Codes

  • 33194100 - Devices and instruments for infusion
  • 33100000 - Medical equipments
  • 33194110 - Infusion pumps
  • 33194200 - Devices and instruments for transfusion
  • 33141624 - Administration sets
  • 33194120 - Infusion supplies

Indicators

  • Restrictions apply to the lot award allocation.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The following certification will be a requirement of the tender and Applicants may be required to include evidence of this within their submission: - Cyber Essentials Plus Certificate or completion of an Information Security Third Party (ISTP) Questionnaire. - ISO 9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard certificates are not in the name of the Applicant, then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain. - Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable). - MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022). - The Insurances set out below, evidence of which should be an Insurance Certificate or a signed Broker’s letter. > Employers Liability Insurance cover of £5m per claim in the name of the Applicant > Public Liability Insurance cover of £5m per claim in the name of the Applicant > Product Liability Insurance cover of £5m in the name of the Applicant > Professional Indemnity Insurance cover of £5m in the name of the Applicant NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity/entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage. NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender: > Carbon reduction Plan – All suppliers are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the tender. > Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question, with a score of 2 or above required to achieve a pass. >Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender. > NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align with the NHS net zero ambition between now and 2030. > Modern Slavery – All suppliers, irrespective of turnover, must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender. 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. As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers via an expression of interest and a Request for Information (RFI). Please follow the guidance below: PORTAL ACCESS - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on “SQs Open to All Suppliers” and search for the title of the procurement: SQ_575 RFI Infusion Pumps, Administration Sets and Associated Products EXPRESSION OF INTEREST Click on the ‘EXPRESS INTEREST’ button in the top right corner. RFI- The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be indicated here.

Reference

Domains