Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK2

Masks, Gowns, Visors, PAPRs & Associated Consumables 2027

  • First published: 09 December 2025
  • Last modified: 09 December 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05f07e
Published by:
Supply Chain Coordination Limited
Authority ID:
AA83515
Publication date:
09 December 2025
Deadline date:
25 March 2026
Notice type:
UK2
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The scope of this framework includes the supply of single-use healthcare personal protective equipment (PPE) and associated consumables for NHS clinical settings, including but not limited to: Facemasks (Type IIR surgical masks, FFP3 respirators) Gowns (category III isolation gowns, dignity gowns) Eye Protection (full-face visors) Powered Air-Purifying Respirators (PAPRs) and accessories Fit Testing Equipment (qualitative and quantitative kits) Cape Hood Type PB 6B We seek solutions that: Provide effective infection prevention and control in healthcare environments, meeting relevant legislative standards for Medical Devices and/or PPE regulations where relevant. Ensure resilience and scalability, including surge capacity for public health emergencies and dynamic stock rotation of pandemic related stockpiling. Support a nationally coordinated stocked supply strategy, ensuring consistent availability of strategic PPE items, across the NHS. Simplify product ranges to those frequently purchased/required for the NHS, supported with robust clinical evidence, rationalising suppliers and product ranges to improve efficiency and resilience. Embed sustainability and ethical sourcing, including carbon reduction initiatives and compliance with labour standards. Address high-risk modern slavery concerns, requiring suppliers to demonstrate robust due diligence and independent third-party audits of their supply chains. Offer value for money, with periodic reopening of competition across Lots to aggregate purchasing nationally for committed annual volumes and enable continuous improvement. Provides transparency and clarity on product classification/type and intended use for protection, to reduce risk of misapplication. Offer innovation, demonstrating how products support value based procurement through whole life cost, social value, efficiency, patient and staff outcomes, supply chain and the support for adoption. Suppliers should demonstrate how their proposals achieve these outcomes, including approaches to resilience, sustainability, and ethical compliance.

Full notice text

Scope

Procurement reference

Project_1678

Procurement description

The scope of this framework includes the supply of single-use healthcare personal protective equipment (PPE) and associated consumables for NHS clinical settings, including but not limited to:

Facemasks (Type IIR surgical masks, FFP3 respirators)

Gowns (category III isolation gowns, dignity gowns)

Eye Protection (full-face visors)

Powered Air-Purifying Respirators (PAPRs) and accessories

Fit Testing Equipment (qualitative and quantitative kits)

Cape Hood Type PB 6B

We seek solutions that:

Provide effective infection prevention and control in healthcare environments, meeting relevant legislative standards for Medical Devices and/or PPE regulations where relevant.

Ensure resilience and scalability, including surge capacity for public health emergencies and dynamic stock rotation of pandemic related stockpiling.

Support a nationally coordinated stocked supply strategy, ensuring consistent availability of strategic PPE items, across the NHS.

Simplify product ranges to those frequently purchased/required for the NHS, supported with robust clinical evidence, rationalising suppliers and product ranges to improve efficiency and resilience.

Embed sustainability and ethical sourcing, including carbon reduction initiatives and compliance with labour standards.

Address high-risk modern slavery concerns, requiring suppliers to demonstrate robust due diligence and independent third-party audits of their supply chains.

Offer value for money, with periodic reopening of competition across Lots to aggregate purchasing nationally for committed annual volumes and enable continuous improvement.

Provides transparency and clarity on product classification/type and intended use for protection, to reduce risk of misapplication.

Offer innovation, demonstrating how products support value based procurement through whole life cost, social value, efficiency, patient and staff outcomes, supply chain and the support for adoption.

Suppliers should demonstrate how their proposals achieve these outcomes, including approaches to resilience, sustainability, and ethical compliance.

Main category

Goods

Delivery regions

  • UK - United Kingdom

Total value (estimated)

764656636.00 GBP Excluding VAT

917587963.00 GBP Including VAT

Contract dates (estimated)

08 July 2027, 00:00AM to 07 July 2030, 23:59PM

Extension end date (if all the extensions are used): 07 July 2031

Is a framework being established?

Yes

Contracting authority

SUPPLY CHAIN COORDINATION LIMITED

Identification register:

  • GB-PPON

Address 1: Wellington House, 133-155 Waterloo Road

Town/City: London

Postcode: SE1 8UG

Country: United Kingdom

Website: https://www.supplychain.nhs.uk/

Public Procurement Organisation Number: PLLH-1887-BMRL

NUTS code: UKI45

Email: Surgical.PPE@supplychain.nhs.uk

Organisation type: Public authority - sub-central government

Procedure

Is the total value above threshold?

Above threshold

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 35113400 - Protective and safety clothing
  • 18444000 - Protective headgear
  • 18143000 - Protective gear

Delivery regions

  • UK - United Kingdom

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

08 July 2027, 00:00AM

Contract end date (estimated)

07 July 2030, 23:59PM

Extension end date (estimated)

07 July 2031, 23:59PM

Can the contract be extended?

Yes

Engagement

Engagement process description

We are seeking to engage with interested suppliers who can supply the Goods detailed in the procurement description. Interested suppliers can express interest in the opportunity using the following link:

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_637 - Masks, Gowns, Visors, PAPRs & Associated Consumables 2027

EXPRESSION OF INTEREST

- Click on the 'Response Form' tab.

-Answer the question in the Qualification Envelope at 1.1.1

-Click 'submit response.

On receipt of an expression of interest, the Authority will issue the Supplier with a request for information (RFI) document. IMPORTANT NOTE: The RFI document and any further communication in regards of this PME activity only, will be issued via email from email address Surgical.PPE@supplychain.nhs.uk. Please ensure you monitor your emails for correspondence from this email address.

The RFI document details the full product list of the products in-scope of this intended procurement activity and requests information from interested suppliers that will support the Authority in developing its approach to the procurement.

The RFI requests information about the interested supplier(s): (1) product range information and corresponding specifications and conformity documentation, (2) capacity to perform any eventual contract award, (3) current market information and (4) sustainability - including resource efficiency, use of raw materials, packaging, carbon reduction, disposal/recycling and labour standards.

All responses to the RFI must be submitted to the email address as received from (Surgical.PPE@supplychain.nhs.uk) by no later than 16:00hrs GMT on 14 January 2026.

On or around 15 January 2026, following earlier engagement activities, the drafted product listing and product specification will be circulated for feedback from interested participants. All feedback must be sent to the email address Surgical.PPE@supplychain.nhs.uk by no later than 16:00hrs GMT on 11 February 2026. The Authority will then review the feedback and if there are amendments, further circulation of amended specifications may take place. If there is further circulation, all feedback must be received by no later than 16.00hrs GMT on 12 March 2026.

This framework also introduces new products that have not previously been supplied by NHS Supply Chain. We are therefore hosting an engagement session for PAPR manufacturers/distributors between 3-4 February 2026 where Suppliers can request meetings of no longer than 1 hour 45 minutes with the Clinical and Category Team to demo their PAPR product offer (it is hoped with voice of the customer, NHS customer and patient representation), before then presenting the efficiency and effectiveness savings (both financial and operationally) associated with product adoption and implementation with NHS customers. It is intended that this covers, but is not limited to: saving opportunities, packaging, disposal, productivity improvements, patient experience, staff safety, reducing health inequalities, circular economy, managing obsolescence risks, ease of use, aftercare.

There will also be an opportunity for Cape Hood manufacturers/distributors and quantitative fit testing manufacturers/distributors to demonstrate their products, and highlight any specific aspects of the product specification and considerations.

All suppliers need to request these meetings by emailing Surgical.PPE@supplychain.nhs.uk no later than 16:00 GMT on 16 January 2026.

To also support and conclude our early engagement activity, we are pleased to invite you to a webinar, where we aim to share our strategic intent, with the intention to invite feedback from key suppliers during this session.

The details are as follows:

Date: 25 February 2026

Time: 14:00hrs

Duration: 2 hours

Platform: https://attendee.gotowebinar.com/register/51609639964065472912

During this session, we will cover the following topics:

1. Tender Overview: Overview of the products in scope and our commercial aims and objectives for this framework renewal process.

2. Specification Overview: Summarise the key specifications and product in scope.

3. Commercial Drivers: Understanding the core factors shaping the framework renewal and how we can leverage best value for NHS customers.

4. Overview of the Procurement Procedure, Conditions of Participation & Award Criteria: An overview of the proposed tender process, sustainability criteria and expectations in the tender process.

5. Timescales: An outline of critical dates and timelines for the renewal process.

This is a great opportunity for you to feedback and provide industry intelligence that will inform the procurement approach. Equally, it is an opportunity to clarify any questions you may have and ensure that all suppliers are aligned with the upcoming changes.

There is no guarantee that a formal procurement process will be launched as a result of this early market engagement exercise, nor that any contract(s) will be placed. No remuneration or compensation etc will be paid to organisations who take part in this early market engagement exercise. Suppliers should take part in this process only on the basis that they fully understand and accept this position.

Due date

25 March 2026, 23:59PM

Has the engagement period already ended?

No

Submission

Publication date of tender notice (estimated)

02 June 2026

Coding

Commodity categories

ID Title Parent category
35113400 Protective and safety clothing Safety equipment
18143000 Protective gear Workwear accessories
18444000 Protective headgear Hats and headgear

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.