Planning

Non-Invasive Ventilation, Sleep Therapy (CPAP) and Sleep Monitoring (Diagnostics)

  • NHS Supply Chain

F01: Prior information notice (prior information only)

Notice identifier: 2023/S 000-025495

Procurement identifier (OCID): ocds-h6vhtk-03f820

Published 30 August 2023, 3:36pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

Contact

Anna Felisiak

Email

anna.felisiak@supplychain.nhs.uk

Country

United Kingdom

Region code

UKI4 - Inner London – East

Internet address(es)

Main address

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

Buyer's address

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

one.3) Communication

Additional information can be obtained from the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Non-Invasive Ventilation, Sleep Therapy (CPAP) and Sleep Monitoring (Diagnostics)

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

The purpose of this notice is to draw attention to a procurement NHS Supply Chain intends

to commence within the next 12 months. The NIV (Sleep Therapy and Sleep Monitoring

Diagnostics and Associated Consumables Framework Agreement is intended to cover Non-Invasive Ventilation (NIV), Sleep Devices and Sleep Monitoring products and Sleep and Respiratory managed services. It is anticipated in the

first year that the spend will be 40,000,000 GBP, however this is approximate and may vary

depending on requirements of bodies purchasing under the Framework. The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion. NHS Supply Chain intends to enter

into arrangements under which it will be entitled to purchase supplies 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. Only NHS Supply Chain can order from the Framework Agreement

and enter into contracts under it.

two.1.5) Estimated total value

Value excluding VAT: £160,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Non-Invasive Ventilation (NIV), Sleep Therapy and Sleep Monitoring devices, systems and associated consumables

Lot No

1

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33157400 - Medical breathing devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Procurement of Non-invasive ventilators (NIV) , sleep monitoring and sleep therapy devices and all associated consumables to be used in community and hospital setting.

NIV consisting of CPAP, Bilevel and high flow therapy devices with associated consumables. Associated consumables will be ventilation circuits, interfaces, humidification chambers, travel bags and other associated ancillary ventilator products.

Sleep monitoring devices with multi-channel monitoring capabilities consisting of polysomnography, polygraph, respiratory inductive plethysmography, pulse oximetry, blood oxygen saturation (SpO2) sensors and associated consumables. Associated consumables will be sensors, straps, cable harnesses, cables, respiratory inductive plethysmography belts and diagnostic software

Sleep therapy devices consisting of CPAP and APAP with or without remote monitoring capabilities and associated consumables. Associated consumables will be masks, humidification chambers, circuits, headgear, travel bags, filters and data licenses

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be 35,000,000 GBP 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.

two.2) Description

two.2.1) Title

Sleep and Respiratory managed services

Lot No

2

two.2.2) Additional CPV code(s)

  • 33140000 - Medical consumables
  • 33157400 - Medical breathing devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Procurement of Sleep and respiratory managed services to provide clinical solutions to hospitals and clinicians consisting of the provision of clinical training, patient pathway efficiencies, sleep diagnostic screening, patient guidance and advisory services, consumable management and patient therapy data management and provision.

Provided in hospital and community setting. Services will be provided health care professionals and patients to provide assistance and drive efficiencies to the National Health Service and patient community setting

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be 5,000,000 GBP 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.

two.3) Estimated date of publication of contract notice

23 April 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission.

• ISO 9001:2015 accredited by United Kingdom Accreditation or equivalent externally accredited and up-to-date quality standard certificate(s) covering all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution, and customer service. If such certificates are not in the name of the Applicant, then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.

• Public Liability Insurance cover of £5m per claim in the name of the Applicant

• Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate

• Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).

• MHRA Registration number.

If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant).

The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what’s included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-ofsocialvalue-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value.

As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the RFI document in respect of the products which are the subject of this procurement, then please follow the below instructions.

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 ‘Register here’.

PORTAL ACCESS

Login with above URL. Within supplier area, click ‘SQs Open to All Suppliers’ link and select Non-Invasive Ventilation, Sleep Therapy (CPAP) and Sleep Monitoring (Diagnostics) Select Express interest. Select the ‘My Responses’ tab, download the RFI and submit your completed RFI as an attachment via response message.