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.

UK4

Angiography, Hybrid Theatres, Capital Equipment, Related Accessories and Services

  • First published: 23 June 2025
  • Last modified: 23 June 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-051ea6
Published by:
Supply Chain Coordination Limited
Authority ID:
AA83515
Publication date:
23 June 2025
Deadline date:
14 July 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The purpose of this notice is to draw attention to a procurement the Authority will conduct to establish a National Framework Agreement for the provision of advanced Angiography diagnostic equipment, related accessories and services, including but not limited to Imaging Systems, Catheterisation Laboratory Tools, and Specialised Diagnostic Software under the following structure: • Lot 1: Angiography Equipment, Accessories & Services • Lot 2: Managed Services related to Angiography Equipment & Accessories • Lot 3: Mobile and Relocatable Catheterisation Laboratories • Lot 4: Wearable Radiation Protection Products Further details about the requirements within each Lot are provided in the tender documentation.

Full notice text

Scope

Procurement reference

Project_1629

Procurement description

The purpose of this notice is to draw attention to a procurement the Authority will conduct to establish a National Framework Agreement for the provision of advanced Angiography diagnostic equipment, related accessories and services, including but not limited to Imaging Systems, Catheterisation Laboratory Tools, and Specialised Diagnostic Software under the following structure:

• Lot 1: Angiography Equipment, Accessories & Services

• Lot 2: Managed Services related to Angiography Equipment & Accessories

• Lot 3: Mobile and Relocatable Catheterisation Laboratories

• Lot 4: Wearable Radiation Protection Products

Further details about the requirements within each Lot are provided in the tender documentation.

Main category

Goods

Delivery regions

  • UK - United Kingdom
  • UKN - Northern Ireland
  • UKL - Wales

Total value (estimated, excluding VAT)

600000000 GBP to 600000000GBP

Contract dates (estimated)

05 December 2025, 00:00AM to 04 December 2027, 23:59PM

Extension end date (if all the extensions are used): 04 December 2029

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: dawnette.gayle@Supplychain.nhs.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Percentage fee charged to suppliers

0.0000%

Type of framework

Open

Award method when using the framework

With reopening competition

Justification for framework term

N/A

Contracting authorities that may use the framework

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.

Framework operation description

See tender documentation within Project_1629

Lots

Divided into 4 lots

Angiography Equipment, Accessories and Services

Lot number: 1

Description

Lot 1 covers the supply of advanced Angiography Equipment and associated accessories, targeting a comprehensive range of diagnostic and interventional imaging needs. Products required include Fixed and Mobile Angiography Systems designed for high-resolution vascular imaging, suitable for both routine diagnostics and complex interventional procedures.

The range includes:

• Fixed C-arm Systems: Floor- and ceiling-mounted angiography systems for comprehensive vascular imaging in hospital-based catheterization labs.

• Mobile C-arm Systems: High-mobility units to support flexible imaging needs, especially in multi-use settings. Hybrid Imaging Equipment: Systems capable of integrating with CT, MRI, and other imaging modalities to enable multi-disciplinary procedures.

• Essential Accessories: A full selection of accessory items, such as monitoring systems, specialized tables, and radiation shielding, are also included to ensure functionality across diagnostic and interventional applications.

CPV classifications

  • 33111710 - Angiography supplies
  • 33100000 - Medical equipments
  • 33111720 - Angiography devices
  • 33111100 - X-ray table
  • 33111721 - Digital angiography devices
  • 33111400 - X-ray fluoroscopy devices
  • 33111800 - Diagnostic X-ray system
  • 33111700 - Angiography room
  • 33123000 - Cardiovascular devices
  • 33123210 - Cardiac-monitoring devices
  • 33123220 - Cardio-angiography devices
  • 33182400 - Cardiac X-ray system

Delivery regions

  • UK - United Kingdom
  • UKN - Northern Ireland
  • UKL - Wales

Lot value (estimated)

150000000 GBP Excluding VAT

180000000 GBP Including VAT

Sustainability

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

05 December 2025, 00:00AM

Contract end date (estimated)

04 December 2027, 23:59PM

Extension end date (estimated)

04 December 2029, 23:59PM

Can the contract be extended?

Yes

Description of extensions

This Framework Agreement will have a term of 24 months with the option to extend incrementally for a total of a further 24 months.

Award criteria

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Core Requirements

Weighting: 18

Weighting type: percentageExact

Type: quality

Name

Service & Support

Weighting: 22

Weighting type: percentageExact

Type: quality

Name

Training

Weighting: 6

Weighting type: percentageExact

Type: quality

Name

Security

Weighting: 4

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 40

Weighting type: percentageExact

Managed Services (related to Angiography Equipment & Accessories)

Lot number: 2

Description

The provision of managed services relating to Lot 1 Angiography Equipment, Related Accessories and Services. Through a comprehensive Managed Services (MS) for Angiography and related imaging equipment. Key services include: - Equipment Planning and Procurement: Assisting healthcare providers in assessing, selecting, and procuring equipment tailored to specific diagnostic and interventional needs. - Installation and Commissioning: Coordinating the delivery, installation, and setup of equipment in compliance with regulatory and safety standards.

Ongoing Maintenance and Technical Support:

• Providing preventive and corrective maintenance, including 24/7 support, to minimize downtime and ensure equipment reliability.

• Performance Monitoring and Reporting: Implementing real-time performance monitoring with regular reports on equipment usage, availability, and condition.

• Upgrade and Replacement Services: Ensuring equipment remains at the cutting edge by managing timely upgrades, refurbishments, and end-of-life replacements.

• Training and Development Programs: Offering on-site training and educational resources to support healthcare professionals in maximizing equipment utility and performance.

CPV classifications

  • 33100000 - Medical equipments
  • 85150000 - Medical imaging services
  • 85121200 - Medical specialist services

Delivery regions

  • UK - United Kingdom
  • UKN - Northern Ireland
  • UKL - Wales

Lot value (estimated)

399500000 GBP Excluding VAT

479400000 GBP Including VAT

Sustainability

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

05 December 2025, 00:00AM

Contract end date (estimated)

04 December 2027, 23:59PM

Extension end date (estimated)

04 December 2029, 23:59PM

Can the contract be extended?

Yes

Description of extensions

This Framework Agreement will have a term of 24 months with the option to extend incrementally for a total of a further 24 months.

Award criteria

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Service Offering

Weighting: 30

Weighting type: percentageExact

Type: quality

Name

Turnkey Solutions

Weighting: 8

Weighting type: percentageExact

Type: quality

Name

Fulfilment

Weighting: 18

Weighting type: percentageExact

Type: quality

Name

IT Software & Integration

Weighting: 13

Weighting type: percentageExact

Type: quality

Name

Innovation & Value Add

Weighting: 7

Weighting type: percentageExact

Type: quality

Name

Security

Weighting: 4

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 10

Weighting type: percentageExact

Award criteria

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Service Offering

Weighting: 30

Weighting type: percentageExact

Type: quality

Name

Turnkey Solutions

Weighting: 8

Weighting type: percentageExact

Type: quality

Name

Fulfilment

Weighting: 18

Weighting type: percentageExact

Type: quality

Name

IT Software & Integration

Weighting: 13

Weighting type: percentageExact

Type: quality

Name

Innovation & Value Add

Weighting: 7

Weighting type: percentageExact

Type: quality

Name

Security

Weighting: 4

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 10

Weighting type: percentageExact

Mobile and Relocatable Catheterisation Laboratories

Lot number: 3

Description

Lot 3 encompasses the provision of fully equipped Mobile and Relocatable Catheterization Laboratories designed to deliver high-quality, flexible cardiac and vascular diagnostic services in various healthcare settings.

Suppliers are expected to provide catheterisation laboratories that meet the clinical, technical, and operational needs of healthcare providers. Key components and services include:

• Fully Equipped Cath Labs: Mobile and relocatable units outfitted with high-definition imaging equipment, such as C-arm angiography systems, digital imaging workstations, and real-time monitoring capabilities.

• Installation: Services to facilitate the setup, and commissioning of mobile catheterisation laboratories in desired location.

• Modular Design Options: Layout configurations that can adapt to specific requirements, including space for specialized equipment and staff movement.

• Environmental Control and Safety Compliance: Ensuring units are climate-controlled, radiation-shielded, and meet all necessary health, safety, and regulatory standards.

• Operational Support and Training: On-site or virtual training for healthcare staff to ensure safe and efficient use of the facilities and equipment.

CPV classifications

  • 85145000 - Services provided by medical laboratories
  • 33100000 - Medical equipments
  • 85150000 - Medical imaging services
  • 85121200 - Medical specialist services

Delivery regions

  • UK - United Kingdom
  • UKN - Northern Ireland
  • UKL - Wales

Lot value (estimated)

50000000 GBP Excluding VAT

60000000 GBP Including VAT

Sustainability

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

05 December 2025, 00:00AM

Contract end date (estimated)

04 December 2027, 23:59PM

Extension end date (estimated)

04 December 2029, 23:59PM

Can the contract be extended?

Yes

Description of extensions

This Framework Agreement will have a term of 24 months with the option to extend incrementally for a total of a further 24 months.

Award criteria

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Service Offering

Weighting: 35

Weighting type: percentageExact

Type: quality

Name

IT Software & Integration

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

IT Software & Integration

Weighting: 18

Weighting type: percentageExact

Type: quality

Name

Security

Weighting: 7

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 20

Weighting type: percentageExact

Award criteria

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Service Offering

Weighting: 35

Weighting type: percentageExact

Type: quality

Name

IT Software & Integration

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

IT Software & Integration

Weighting: 18

Weighting type: percentageExact

Type: quality

Name

Security

Weighting: 7

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 20

Weighting type: percentageExact

Wearable Radiation Protection Products

Lot number: 4

Description

The provision of commonly used radiation personal protective equipment (PPE) these wearable products are designed to provide protection against both primary and scattered radiation. For the avoidance of doubt, all regulatory and internationally recognised standards for wearable radiation protection products must be fully met, these may include but are not limited to:

This range typically consist of:

- Radiation protective clothing may consist of Lead, Lead composite, Lead free, and Lead equivalent materials

- An outer lining of rubber-coated polymer/polyurethane fabric strong, flexible and washable or similar.

- Should have a water-resistant outer covering

- Lining to be woven nylon or other suitable material

- May be available in a variety of colours, designs and sizes including bespoke sizing (Where applicable)

- Adjustable features to maximise comfort and support for the wearer

Examples of commonly used personal protective equipment (PPE) for radiation protection may be used in the following clinical indication - Angiography, cardiology, urography, haemodynamic, fine surgery, Urology, oncological centre, orthopaedic surgery, pace-maker positioning and general surgery.

Plus, wearable radiation protection product storage solutions and/or radiation protection product management solutions to ensure these protective products provide the required levels of protection.

CPV classifications

  • 35113450 - Protective coats or ponchos
  • 35113420 - Nuclear and radiological protection clothing
  • 90721600 - Radiation protection services
  • 33735100 - Protective goggles
  • 35113400 - Protective and safety clothing

Delivery regions

  • UK - United Kingdom
  • UKN - Northern Ireland
  • UKL - Wales

Lot value (estimated)

500000 GBP Excluding VAT

600000 GBP Including VAT

Sustainability

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

05 December 2025, 00:00AM

Contract end date (estimated)

04 December 2027, 23:59PM

Extension end date (estimated)

04 December 2029, 23:59PM

Can the contract be extended?

Yes

Description of extensions

This Framework Agreement will have a term of 24 months with the option to extend incrementally for a total of a further 24 months.

Award criteria

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Core Requirements

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Service & Support

Weighting: 25

Weighting type: percentageExact

Type: quality

Name

Fulfilment

Weighting: 11

Weighting type: percentageExact

Type: quality

Name

Security

Weighting: 4

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 40

Weighting type: percentageExact

Award criteria

Type: quality

Name

Social Value

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Core Requirements

Weighting: 10

Weighting type: percentageExact

Type: quality

Name

Service & Support

Weighting: 25

Weighting type: percentageExact

Type: quality

Name

Fulfilment

Weighting: 11

Weighting type: percentageExact

Type: quality

Name

Security

Weighting: 4

Weighting type: percentageExact

Type: price

Name

Price

Weighting: 40

Weighting type: percentageExact

Contract terms and risks

Payment terms

PRE-MARKET ENGAGEMENT CONDUCTED

In developing this opportunity NHS Supply Chain (the Authority) conducted Early/Pre Market Engagement (EME/PME) by issuing of a Prior Information Notice (PIN) Angiography and Hybrid Capital Equipment and Services - Find a Tender notice identifier 2024/S 000-035039 under PCR2015 as summarised below:

• 29/10/2024: Prior Information Notice (PIN) published at £600,000,000

• 26 Expressions of interest (EOIs) received, comprising 7 incumbent suppliers / 19 new potential suppliers.

• 29/10/2024 to 25/11/2024: Request for Information (RFI) issued to 26 suppliers 7 suppliers responded.

• 19/12/2024 to 10/01/2025: Feedback on Specification received via e-procurement Jaggaer / email correspondence between these dates resulted in 11 supplier responses.

• 04/02/2025 to 24/02/2025: All interested parties invited to engagement meetings 12 supplier meetings held.

• Following supplier meetings 3 suppliers advised they would not be participating further.

• 17/03/2024: A revised draft Specification was shared with all suppliers participating in Early Market Engagement for response by 25/03/2025.

• 28/04/2025: Early Market Engagement completed.

• Participation in the EME was not used nor acknowledged in any way for the purpose of evaluating nor qualifying any potential supplier, in any subsequent formal competitive process.

Following completion of the EME/PME, and the move to Procurement Act 2023 a new Jaggaer Project has been created with Project_1562 replacing Project_1489.

INSTRUCTIONS FOR REGISTRATION AND PORTAL ACCESS

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at

https://nhssupplychain.app.jaggaer.com//

Candidates 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:

Registration.

1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal.

2. If not yet registered:

— Click on the ‘Not Registered Yet’ link to access the registration page.

— Complete the registration pages as guided by the mini guide found on the landing page.

Portal access.

If registration has been completed:

— Login with URL https://nhssupplychain.app.jaggaer.com// .

— Click on ITTs Open to All Suppliers.

— Select from the following ITTs:

ITT_1831 Selection Questionnaire All Lots

ITT_1832 Lot 1: Angiography Equipment, Accessories & Services

ITT_1833 Lot 2: Managed Services related to Angiography Equipment & Accessories

ITT_1834 Lot 3: Mobile and Relocatable Catheterisation Laboratories

ITT_1835 Lot 4: Wearable Radiation Protection Products

Please note: you must respond to ITT_1831 in addition to any lots you intend to respond to.

— Click on Express Interest.

— If you intend to respond select Intend to Respond.

Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.

For any technical help with the portal please contact:

Tel: 0800 069 8630 or email: help_uk@jaggaer.com

Please refer to Section III.1.1 for additional information

Submission

Tender submission deadline

14 July 2025, 15:00PM

Enquiry deadline

07 July 2025, 15:00PM

Date of award of contract

24 September 2025, 23:59PM

Submission address and any special instructions

https://nhssupplychain.app.jaggaer.com

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
33111720 Angiography devices X-ray devices
33111700 Angiography room X-ray devices
33111710 Angiography supplies X-ray devices
33182400 Cardiac X-ray system Cardiac support devices
33123210 Cardiac-monitoring devices Cardiovascular devices
33123220 Cardio-angiography devices Cardiovascular devices
33123000 Cardiovascular devices Recording systems and exploration devices
33111800 Diagnostic X-ray system X-ray devices
33111721 Digital angiography devices X-ray devices
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
85150000 Medical imaging services Health services
85121200 Medical specialist services Medical practice services
35113420 Nuclear and radiological protection clothing Safety equipment
35113400 Protective and safety clothing Safety equipment
35113450 Protective coats or ponchos Safety equipment
33735100 Protective goggles Goggles
90721600 Radiation protection services Environmental safety services
85145000 Services provided by medical laboratories Miscellaneous health services
33111400 X-ray fluoroscopy devices X-ray devices
33111100 X-ray table X-ray devices

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.