Pharmacy Automated Solutions
A Modification Notice
by HEALTHTRUST EUROPE LLP (HTE) ACTING ON BEHALF OF MID & SOUTH ESSEX NHS FOUNDATION TRUST
- Source
- Find a Tender
- Type
- Contract (Supply)
- Duration
- 1 year
- Value
- £170M
- Sector
- TECHNOLOGY
- Published
- 27 Mar 2026
- Delivery
- To 27 Mar 2027 (est.)
- Deadline
- n/a
Related Terms
Location
Edgbaston
4 buyers
- Mid & South Essex NHS Trust Birmingham
7 suppliers
- AEA Angeli di Rosora
- Arx St Albans
- Avantec Healthcare Lancing
- Envair Heywood
- Gpi Spa Trento
- Medicine Collection Kirkcaldy
- Mediwell Systems Rugby
Description
The Framework Agreement supplies Pharmacy Automated Solutions, which includes robotics and automated equipment suitable for ward use and pharmacies. The framework agreement has nine lots: Lot 1 – Pharmacy Automated Dispensing System Lot 2- Ward Based Automated Medication Dispensing Cabinets Lot 2A – Pharmacy and Ward Based Automated Collection Units Lot 3 – Automated Pharmacy Packaging Solutions Lot 4 – Point of Care Dispensing Solution Hardware Lot 5A – Robotic Aseptic Compounding System Lot 5B – Automated Aseptic Medical Software and Tracking Systems Lot 5C – Aseptic Cabinets/Isolators
Ammendments to Previous Notice
2. Contract value
GBP 170,000,000
Award Detail
| 1 | AEA (Angeli di Rosora)
|
| 2 | Arx (St Albans)
|
| 3 | Avantec Healthcare (Lancing)
|
| 4 | Envair (Heywood)
|
| 5 | Gpi Spa (Trento)
|
| 6 | Medicine Collection (Kirkcaldy)
|
| 7 | Mediwell Systems (Rugby)
|
CPV Codes
- 48921000 - Automation system
Indicators
- Contract modified due to additional needs.
Legal Justification
This modification is made in accordance with Regulation 72(1)(e) (non?substantial modification) and Regulation 72(1)(c) (unforeseen circumstances) of the Public Contracts Regulations 2015. The modification relates to an extension of the term of the existing framework agreement by 12 months. The extension does not involve any change to the scope, nature or original design of the framework, nor does it introduce any new requirements or contractual terms. There is no material change to the economic balance of the framework in favour of participating suppliers. The modification is therefore considered to be non?substantial for the purposes of Regulation 72(1)(e). The need for the extension arises from circumstances which could not reasonably have been foreseen at the time the framework was established, including operational and market factors affecting the continued availability of compliant procurement routes. Without an extension to the framework, contracting authorities would be exposed to a risk of disruption and inefficiency in meeting ongoing requirements. A change of contractor, or allowing the framework to lapse without extension, would give rise to significant inconvenience and duplication of cost. Contracting authorities would be required to make alternative interim arrangements, resulting in additional administrative burden, increased cost and potential delay. Suppliers would likewise incur unnecessary and duplicative costs, and there would be an increased risk of fragmented procurement activity. In addition, certain suppliers would be unable to access the market in the absence of a compliant procurement route, resulting in suppliers being effectively locked out and a restriction on lawful market access. The extension is limited to a period of 12 months only, does not alter the overall competitive position of the framework, and is not intended to avoid or delay competition. The modification ensures continuity and stability for public bodies while maintaining existing market access arrangements on the terms originally established. For these reasons, the modification is permitted under Regulation 72(1)(e) and Regulation 72(1)(c) and is published by way of this modification notice in accordance with the transparency requirements of the Regulations.
Reference
- FTS 028473-2026