Obstetrics, Gynaecology & Sexual Health

Complete

Value

£61,600,000

Classifications

  • Medical consumables
  • Gynaecological hospital services
  • Obstetrical hospital services
  • Gyneacologic or obstetric services
  • Natural rubber and latex, and associated products
  • Latex products
  • Lubricants
  • Echo, ultrasound and doppler imaging equipment
  • Miscellaneous medical devices and products
  • Medicinal products for the genitourinary system and sex hormones
  • Other gynaecologicals
  • Contraceptives
  • Perfumes, toiletries and condoms
  • Condoms

Tags

  • tender

Submission Deadline

1 year ago

Published

1 year ago

Description

The Framework Agreement will look to include the following range of products - Obstetric products and accessories, Maternity products and accessories, Gynaecological products and accessories, Birthing Pools, Condoms, IUD's, Diaphragms, Sterile Lubricants, Non-Sterile Lubricants, Probe Covers and Teaching Aids. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £12m to £15.4m 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 estimated value over the total Framework Agreement term (including any extension options) will be in the region of £48m to £61.6m.
However these are approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Provision of Insourced and Outsourced Clinical Services Framework (Framework Re-opening)

The aim of this Framework is to provide Relevant Authorities with fully compliant solutions which supplement the delivery of patient care by Relevant Authorities in line with the NHS' core Key Performance Indicators and standards. The Framework has two Lots. Lot 1 Insourced Clinical Services Lot 2 Outsourced Clinical Services Insourced Services are clinical services which are delivered on the premises of the contracting Relevant Authority and may use that organisation's equipment. Outsourced Services are clinical services which are delivered on premises owned or operated by the Provider. Insourced and Outsourced Services will include the full range of Surgical and Medical specialties and sub-specialties. The specialties and sub-specialties are those listed by the various Surgical and Medical Royal Colleges. This is a Framework under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 In accordance with Regulation 17 of The Health Care Services (Provider Selection Regime) Regulations 2023 and Regulation 17 of The Health Services (Provider Selection Regime) (Wales) Regulations 2025, the Framework will be open to applications from new potential Providers during the Term of the Framework. Previously appointed Providers are NOT obliged to re-apply. This notice concerns the opening of the Framework opportunity for applications from new potential Providers. Tenderers may Tender for one or both Lots of the Framework. The Framework has been established under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025 (and as amended) (together the PSR) for use by all Relevant Authorities (and any future successors to these organisations). "Relevant Authority" is defined in section 12ZB(7) of the National Health Service Act 2006 and in section 10A(9) of the National Health Service (Wales) Act 2006. It means a combined authority, an integrated care board, a local authority in England, NHS England, an NHS foundation trust or an NHS trust established under section 25 of the National Health Service Act 2006, a county council or county borough council in Wales, a local health board established under section 11 of the National Health Service (Wales) Act 2006, a National Health Service trust established under section 18 of the National Health Service (Wales) Act 2006, or a special health authority established under section 22 of the National Health Service (Wales) Act 2006. For the avoidance of doubt, any successor bodies of any of the above entities shall be entitled to place Orders and shall be deemed Relevant Authorities for the purposes of this Framework. For reference, the tender notice advertising the original establishment of this Framework was 2025/S 000-016528 published 23 April 2025.

Open

Supply of carbon monoxide monitors to community stop smoking service providers

Birmingham City Council (the Council) requires a supplier for the provision, use, and maintenance of CO monitors within Birmingham’s smoking cessation services. The aim is to provide Birmingham contracted smoking cessation service providers with a CO monitor device and ongoing provision of mouth pieces. Overview of the Opportunity To reduce harm from smoking amongst individuals accessing support. Birmingham City Council aims to provide all contracted providers of the current service with CO monitors and mouthpieces, with the aim to increase the number of CO verified quits. • Procurement and Distribution: Ensuring CO monitors are readily available to all commissioned community smoking cessation providers, including pharmacies, GP practices, and businesses. • Training and Competency: Delivering comprehensive training to healthcare professionals on the correct use of CO monitors, data interpretation, and client communication. • Maintenance and Calibration: Implementing procedures to ensure CO monitors are regularly maintained, calibrated, and replaced when necessary to uphold accuracy and reliability. This contract will be for a period of 2 years commencing October 2025 until 30th September 2027. This Request for Quotations is being issued using the Council's e-tendering system 'In-tend' and organisations must ensure that they are registered users. The procurement process will be managed using this system and therefore all bids must be submitted by Tenderers via the 'in-tend' system. https://in-tendhost.co.uk/birminghamcc Registration and use of in-tend is free. All correspondence for this procurement process must be via the in-tend correspondence function and you should not contact any individual directly either by email or by telephone. If you are already a registered user, you do not have to re-register. If you are unable to register with in-tend or are experiencing difficulties, please email the [email protected]. Deadline for request for quotation is noon on 18th September 2025.

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete