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.

Contract Notice

https://www.gov.uk/government/organisations/department-of-health

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • 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-04b4b0
Published by:
NHS Supply Chain
Authority ID:
AA21880
Publication date:
12 March 2025
Deadline date:
10 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Supply Chain seeks to establish a Framework Agreement for the supply of Insulin Pumps, Continuous Glucose Monitoring, Products Contributing to the Delivery of Hybrid Closed Loop Pathways and Associated Products.

This includes but not limited to tethered and patch insulin pumps, continuous glucose monitoring devices, products that contribute to the functionality of hybrid closed loop insulin delivery systems, and consumables.

Precise quantities are unknown. It is anticipated in the first year that spend will be approximately £215,015,000 - £245,017,000 GBP (Excluding VAT), however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework.

Estimated total value over the 4 year agreement is approximately £960,000,000 to £1,067,000,000 Excluding VAT.

Please note it is expected that the yearly spend for years 2 , 3 and 4 of the Framework Agreement will rise significantly.

Following the National Institute for Health and Care Excellence (NICE) Technology Appraisal TA943 Overview | Hybrid closed loop systems for managing blood glucose levels in type 1 diabetes | Guidance | NICE published 19th December 2023 and the NHS England Implementation Plan

https://www.england.nhs.uk/long-read/hybrid-closed-loop-technologies-5-yearimplementation-strategy/

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

Contact person: Callie Barry

E-mail: callie.barry2@supplychain.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-of-health

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

https://www.gov.uk/government/organisations/department-of-health

II.1.2) Main CPV code

33140000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NHS Supply Chain seeks to establish a Framework Agreement for the supply of Insulin Pumps, Continuous Glucose Monitoring, Products Contributing to the Delivery of Hybrid Closed Loop Pathways and Associated Products.

This includes but not limited to tethered and patch insulin pumps, continuous glucose monitoring devices, products that contribute to the functionality of hybrid closed loop insulin delivery systems, and consumables.

Precise quantities are unknown. It is anticipated in the first year that spend will be approximately £215,015,000 - £245,017,000 GBP (Excluding VAT), however this is approximate only and may vary depending on requirements of bodies purchasing under the Framework.

Estimated total value over the 4 year agreement is approximately £960,000,000 to £1,067,000,000 Excluding VAT.

Please note it is expected that the yearly spend for years 2 , 3 and 4 of the Framework Agreement will rise significantly.

Following the National Institute for Health and Care Excellence (NICE) Technology Appraisal TA943 Overview | Hybrid closed loop systems for managing blood glucose levels in type 1 diabetes | Guidance | NICE published 19th December 2023 and the NHS England Implementation Plan

https://www.england.nhs.uk/long-read/hybrid-closed-loop-technologies-5-yearimplementation-strategy/

II.1.5) Estimated total value

Value excluding VAT: 1 067 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Insulin Pumps

II.2.2) Additional CPV code(s)

33194000

33194110

33194120

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot aims to offer Patch Insulin Pumps and Tethered Insulin Pumps and associated consumables or accessories.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 620 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

Option to extend up to a period of 48 Months

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £140,000,000 to £150,000,000 Excluding VAT in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Lot No: 2

II.2.1) Title

Continuous Glucose Monitors

II.2.2) Additional CPV code(s)

33194000

33194110

33194120

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot aims to offer Continuous Glucose Monitors and associated consumables or accessories.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 446 932 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

Option to extend up to a maximum of 48 months

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £75,000,000 to £95,000,000 in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. It is expected that the yearly spend for years 2 , 3 and 4 of the Framework Agreement will rise significantly.

Lot No: 3

II.2.1) Title

Software and Diabetes Management Systems

II.2.2) Additional CPV code(s)

33194000

33194110

48100000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Applications and/or software that contributes to the functionality of a closed loop insulin delivery system. Products that connect with blood glucose sensors and insulin pumps to automatically increase, decrease, or stop the delivery of insulin in response to the glucose levels of people with diabetes.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 68 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a maximum duration of 48 months

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £15,000 - £17,000 in the first year. These are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Applicants may bid for one, more than one or all of the Lots and Applicants should refer to the Invitation to Tender for more information in respect of this.

Under this Framework Agreement, there will be one method for supply – Direct Contract Goods.

For the Goods identified as Direct Contract Goods 1) NHS Supply Chain; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the successful supplier for any of the Goods under the Framework Agreement.

Direct contracts placed under the Framework Agreement by parties other than NHS Supply Chain are between the party and the supplier, NHS Supply Chain will not be a party to those contracts.

The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself. 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 initiatives.

NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.

Electronic 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 at II.2.1, NHS Supply Chain does not guarantee any level of purchase through the framework and advises Applicants that the framework shall be established on a nonexclusive 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's eTendering portal at https://nhssupplychain.app.jaggaer.com// using the Message Centre facility linked to this particular contract notice.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Framework Agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain Code of Conduct.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-036099

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 10/03/2025

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/03/2025

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

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// Procurement portal.

2. If not yet registered: to access the NHS Supply Chain

— 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:

Lot 1 - ITT_1636

Lot 2 - ITT_1637

Lot 3 - ITT_1638

Please note: you must respond to ITT_1635 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.

VI.4) Procedures for review

VI.4.1) Review body

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended)

VI.5) Date of dispatch of this notice

06/02/2025

Coding

Commodity categories

ID Title Parent category
33194000 Devices and instruments for transfusion and infusion Miscellaneous medical devices and products
48100000 Industry specific software package Software package and information systems
33194110 Infusion pumps Devices and instruments for transfusion and infusion
33194120 Infusion supplies Devices and instruments for transfusion and infusion
33140000 Medical consumables Medical equipments

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:
callie.barry2@supplychain.nhs.uk
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.