Open in a 12 months

Total Cardiology and Vascular Solutions

Descriptions

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.

Timeline

Published Date :

12th Jun 2025 2 days ago

Deadline :

12th Jun 2026 in a 12 months

Contract Start :

27th Feb 2027

Contract End :

26th Feb 2030

CPV Codes

33141210 - Balloon catheters

33184100 - Surgical implants

33124210 - Radiodiagnostic supplies

33124120 - Diagnostic ultrasound devices

33182100 - Defibrillator

33621400 - Blood substitutes and perfusion solutions

33100000 - Medical equipments

33124200 - Radiodiagnostic devices

33182200 - Cardiac stimulation devices

33141230 - Dilator

33184200 - Vascular prostheses

33182230 - Ventricle

33182240 - Parts and accessories for pacemakers

33111730 - Angioplasty supplies

85121231 - Cardiology services

33123210 - Cardiac-monitoring devices

33182220 - Cardiac valve

33111600 - Radiography devices

42122419 - Perfusion pumps

33124000 - Diagnostics and radiodiagnostic devices and supplies

33184500 - Coronary endoprostheses

33195000 - Patient-monitoring system

33141322 - Arterial needles

33182210 - Pacemaker

33124130 - Diagnostic supplies

33195100 - Monitors

33141000 - Disposable non-chemical medical consumables and haematological consumables

33186000 - Extracorporeal circulatory unit

33141323 - Biopsy needles

33124110 - Diagnostic systems

33184300 - Artificial parts of the heart

33141327 - Vented needles

33186100 - Oxygenator

33123000 - Cardiovascular devices

33141320 - Medical needles

32354100 - Radiology film

33140000 - Medical consumables

33194000 - Devices and instruments for transfusion and infusion

33141220 - Cannulae

33141240 - Catheter accessories

33141326 - Radiology procedural needles

33692400 - Perfusion solutions

33190000 - Miscellaneous medical devices and products

33182300 - Cardiac surgery devices

33123200 - Electrocardiography devices

33141310 - Syringes

33000000 - Medical equipments, pharmaceuticals and personal care products

Tender Lot Details

1 Tender Lot

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Assign to :

Tender Progress :

0%

Details

Notice Type :

Open opportunity

Tender Identifier :

IT-378-246-T: 2024 - 001

TenderBase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Region :

North Region

Attachments :

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement Contact

Name :

Tina Smith

Designation :

Chief Executive Officer

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors