Framework for the supply of Neurology, Spine Surgery Goods and Services
A Modification Notice
by HEALTHTRUST EUROPE LLP (HTE) ACTING ON BEHALF OF MID AND SOUTH ESSEX NHS FOUNDATION TRUST
- Source
- Find a Tender
- Type
- Contract (Supply)
- Duration
- 4 year
- Value
- £435M
- Sector
- HEALTH
- Published
- 16 Apr 2026
- Delivery
- To 16 Apr 2030 (est.)
- Deadline
- n/a
Related Terms
Location
Edgbaston
2 buyers
- Mid & South Essex NHS Trust Birmingham
17 suppliers
- Zimmer Swindon
- Bbraun Medical Sheffield
- Carl Zeiss Cambridge
- Delta Surgical Newcastle under Lyme
- Integra Neurosciences Andover
- Johnson & Johnson Medical Edinburgh
- KLS Martin Reading
- Medtronic Watford
- Penumbra Europe London
- Stryker Newbury
- Inomed Neurocare London
- St Jude Medical Solihull
- Brainlab Cambridge
- Nuvasive Borehamwood
- Olympus Keymed Southend on Sea
- Philips Electronics Surrey
- Globus Medical West Drayton
Description
HealthTrust Europe established a Framework Agreement for the provision of Neurology, Spine Surgery Goods & Services which has a total of 5 Lots with suppliers who can offer breadth of goods and services detailed in this contract notice. The framework includes: • Lot 1 – Neurosurgery, Neurovascular & Neuroradiology goods & services • Lot 2 – Neuromodulation goods & services • Lot 3 – Neuromonitoring, Neuronavigation & Robotics goods & services • Lot 4 – Spine surgery, associated goods & services • Lot 5 – Managed Services & theatre solutions The devices that fall under this agreement will be used for the prevention, diagnosis, surgical treatment and rehabilitation of disorders which affect any portion of the nervous system including the brain, spinal cord, central and peripheral nervous system and cerebrovascular system. This also includes treating spinal pathologies and the associated goods & services.
Ammendments to Previous Notice
2. Contract value
GBP 435,000,000
Award Detail
| 1 | Zimmer (Swindon)
|
| 2 | Bbraun Medical (Sheffield)
|
| 3 | Carl Zeiss (Cambridge)
|
| 4 | Delta Surgical (Newcastle under Lyme)
|
| 5 | Integra Neurosciences (Andover)
|
| 6 | Johnson & Johnson Medical (Edinburgh)
|
| 7 | KLS Martin (Reading)
|
| 8 | Medtronic (Watford)
|
| 9 | Penumbra Europe (London)
|
| 10 | Stryker (Newbury)
|
| 11 | Inomed Neurocare (London)
|
| 12 | St Jude Medical (Solihull)
|
| 13 | Brainlab (Cambridge)
|
| 14 | Nuvasive (Borehamwood)
|
| 15 | Olympus Keymed (Southend on Sea)
|
| 16 | Philips Electronics (Surrey)
|
| 17 | Globus Medical (West Drayton)
|
CPV Codes
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33141200 - Catheters
- 33158100 - Electromagnetic unit
- 33162100 - Operating-theatre devices
- 33169000 - Surgical instruments
- 33183100 - Orthopaedic implants
- 33697110 - Bone reconstruction cements
- 34933000 - Navigation equipment
- 38110000 - Navigational instruments
- 50422000 - Repair and maintenance services of surgical equipment
- 51420000 - Installation services of surgical equipment
Indicators
- Contract modified due to unforeseen circumstances.
Legal Justification
Description of the Economic or Technical Reasons and the Inconvenience or Duplication of Cost Preventing a Change of Contractor; as follows: This modification is made in reliance on Regulation 72(1)(e) (non substantial modification) and Regulation 72(1)(c) (modification due to unforeseen circumstances) of the Public Contracts Regulations 2015. The modification consists solely of a further extension of the existing framework agreement for a period of 6 months. The extension does not alter the overall nature of the framework, the scope of goods and/or services, the commercial structure, or the contractual terms and conditions applicable to suppliers. There is no material change to the economic balance of the framework in favour of suppliers, nor any expansion of scope or value beyond that originally established. The modification therefore constitutes a non substantial modification within the meaning of Regulation 72(1)(e). The further extension is required as a consequence of unforeseen operational and market circumstances which could not reasonably have been anticipated at the time the framework was originally established. In particular, the extension is necessary to ensure continuity and stability of supply while the renewal procurement for the framework is being completed. Without a further 6 month extension, contracting authorities would face a material risk of disruption to ongoing procurement activity and a lack of readily available compliant procurement routes during the transition to the renewed framework. A change of contractor, or the cessation of the framework without a further short extension, would result in significant inconvenience and duplication of cost. Contracting authorities would be required to implement alternative interim arrangements, increasing administrative burden and cost and potentially impacting service continuity. Suppliers would similarly incur avoidable costs and inefficiencies, with a risk of market distortion arising from fragmented or stop gap procurement activity. The further extension is therefore necessary and proportionate to ensure continuity, stability, and compliance for contracting authorities while the renewal framework is finalised and maintains supplier access to the market on unchanged terms and conditions. The extension is limited to 6 months, confers no new commercial advantage, introduces no new suppliers, and does not circumvent or distort competition. Accordingly, the modification is justified under Regulation 72(1)(e) and Regulation 72(1)(c) of the Public Contracts Regulations 2015 and has been published transparently by way of this modification notice.
Other Information
TERMS AND CONDITIONS / ACTIVITY BASED INCOME (ABI). The terms and conditions of this Framework Agreement and any resulting Call-Off contract is appended to the ITT. These terms include provisions requiring the payment by the supplier of an ABI management charge in consideration of the award of this framework agreement, the management and administration by HTE of the overall contract structure and associated documentation, as well as the requirement to submit regular management information to HTE. SUBMISSION OF EXPRESSIONS OF INTEREST AND PROCUREMENT INFORMATION This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register expressions of interest as follows: Register on the HTE portal at https://healthtrusteurope.bravosolution.co.uk. Login to the portal with username/password. Click the ITTs Open to All Suppliers link. These are the ITTs open to any registered supplier. Click on the relevant ITT to access the content. Click the Express Interest button at the top of the page. This will move the ITT into your My ITTs page. You can access any attachments by clicking Buyer Attachments in the ITT Details box. Follow the onscreen instructions to complete the ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e-Tendering Help Desk at help@bravosolution.co.uk. Sid4Gov HTE utilises the sid4gov supplier information database. Candidates should register on sid4gov at https://sid4gov.cabinetoffice.gov.uk/organisation/register and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov helpdesk at sid4gov@gps.gsi.gov.uk. Please note that sid4gov does not prepopulate any fields of the ITT on HTE's Bravo portal. Candidates must complete the Qualification & Technical & Commercial Envelopes of the ITT in full.
Reference
- FTS 034752-2026