Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Yi-Ching Chen
yi-ching.chen@supplychain.nhs.uk
Telephone
+44 7890893451
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Respiratory Solutions
two.1.2) Main CPV code
- 33140000 - Medical consumables
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 during the subsequent 12 months.
This framework is for the supply of Respiratory Solutions with products covering Oxygen Aerosol and Respiratory Therapy, Anaesthesia and Resuscitation, Diagnostics and N2O Destruction Solutions. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of £25,000,000 to £27,750,000 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. Estimated total value is approximately £100,000,000.00 to £111,000,000.00 Excluding VAT (2+2 year term).
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 and/or services 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: £111,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
Oxygen Aerosol and Respiratory Therapy
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33141200 - Catheters
- 33141600 - Collector and collection bags, drainage and kits
- 33157000 - Gas-therapy and respiratory devices
- 33157100 - Medical gas masks
- 33157110 - Oxygen mask
- 33157200 - Oxygen kits
- 33157400 - Medical breathing devices
- 33157800 - Oxygen administration unit
- 33157810 - Oxygen therapy unit
- 33162000 - Operating theatre devices and instruments
- 33190000 - Miscellaneous medical devices and products
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
Products within this Lot are :
1. oxygen therapy products used to administer oxygen. Products will include but are not limited to: oxygen facemasks, nasal cannula, venturi valves, tracheostomy facemasks, oxygen tubing, flowmeters, oxygen catheters and oxygen therapy adaptors/connectors.
2. aerosol therapy products used to administer medicines via the breathing of a patient. Products will include but are not limited to: nebuliser products, nebuliser filter, compressor nebulisation, spacer for metered dose inhaler, valved tee adaptor, aerosol facemasks, humidifiers, humidifier kit, humidification column, humidifier adaptor and sterile water for humidification.
3. respiratory therapy products used to administer oxygen via the breathing of a patient. Products will include but are not limited to: mucus clearing devices including cough assist and inspiratory muscle trainer.
two.2.14) Additional information
Precise quantities are unknown. Estimated total value of £59,000,000 (2+2 year term). Excluding VAT.
two.2) Description
two.2.1) Title
Anaesthesia and Resuscitation
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33141600 - Collector and collection bags, drainage and kits
- 33157400 - Medical breathing devices
- 33162000 - Operating theatre devices and instruments
- 33170000 - Anaesthesia and resuscitation
- 33171000 - Instruments for anaesthesia and resuscitation
- 33171100 - Instruments for anaesthesia
- 33171110 - Anaesthesia mask
- 33171200 - Instruments for resuscitation
- 33171210 - Resuscitation mask
- 33172000 - Anaesthesia and resuscitation devices
- 33172100 - Anaesthesia devices
- 33190000 - Miscellaneous medical devices and products
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
Products within this Lot are anaesthesia and resuscitation products. Products will include but are not limited to: anaesthetic facemask, carbon dioxide absorbers, manual resuscitators, resuscitation breathing systems, reservoir bags, CPR masks, resuscitation mannequins, anaesthetic tray, corrugated and smooth tubing, CO2 cuvettes, expiratory valve, water trap and infant resuscitation.
two.2.14) Additional information
Precise quantities are unknown. Estimated total value of £23,000,000 (2+2 year term). Excluding VAT.
two.2) Description
two.2.1) Title
Diagnostics
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 33157000 - Gas-therapy and respiratory devices
- 33157200 - Oxygen kits
- 33157400 - Medical breathing devices
- 33157700 - Blow bottle
- 33157800 - Oxygen administration unit
- 33157810 - Oxygen therapy unit
- 33195000 - Patient-monitoring system
- 33195110 - Respiratory monitors
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
Products within this Lot are respiratory diagnostic tools. Products will include but are not limited to: gas monitoring lines, spirometers, bacterial viral filter, peak flow meter, carbon dioxide monitor and baby respiration monitor
two.2.14) Additional information
Precise quantities are unknown. Estimated total value of £17,000,000 (2+2 year term). Excluding VAT.
two.2) Description
two.2.1) Title
Nitrous Oxide Destruction/Removal Solutions
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 33140000 - Medical consumables
- 33157000 - Gas-therapy and respiratory devices
- 33190000 - Miscellaneous medical devices and products
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
Products within this Lot include but are not limited to: Nitrous oxide mobile destruction unit and accessories/consumables of device
two.2.14) Additional information
Precise quantities are unknown. Estimated total value of £12,000,000 (2+2 year term). Excluding VAT.
two.3) Estimated date of publication of contract notice
4 July 2025
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 tender and Applicants may be required to include evidence of this within their submission:
- Cyber Essentials Plus Certificate or completion of an Information Security Third Party (ISTP) Questionnaire.
- ISO 9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard 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.
- 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 of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022).
- The Insurances set out below, evidence of which should be an Insurance Certificate or a signed Broker’s letter.
> Employers Liability Insurance cover of £5m per claim in the name of the Applicant
> Public Liability Insurance cover of £5m per claim in the name of the Applicant
> Product Liability Insurance cover of £5m in the name of the Applicant
> Professional Indemnity Insurance cover of £5m in the name of the Applicant
NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity/entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage.
NHS Supply Chain will be assessing Sustainability and Social Value requirements as part of the upcoming tender:
> Carbon reduction Plan – All suppliers are required to publish a Carbon Reduction Plan (CRP) (PPN 06/21). This will be a pass/fail requirement at SQ stage of the tender.
> Social Value Requirements – All procurements will include a minimum 10% net zero and social value weighting. Questions in the upcoming tender will form part of the Non-Financial criteria. Should the upcoming tender be identified as Medium or High risk in relation to modern slavery, a pass/fail requirement will be implemented in relation to a Modern Slavery Social Value question, with a score of 2 or above required to achieve a pass.
>Evergreen Assessment – All Suppliers are required to complete an Evergreen Supplier Assessment. This will be a pass/fail requirement at SQ stage of the upcoming tender.
> NHS England Supplier Roadmap – The NHS net zero supplier roadmap sets out the steps suppliers must take to align with the NHS net zero ambition between now and 2030.
> Modern Slavery – All suppliers, irrespective of turnover, must complete and maintain an up-to-date Modern Slavery Assessment Tool (MSAT) as a minimum requirement (PPN 02/23). This will be a pass/fail requirement at SQ stage of the upcoming tender.
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/bulk buy initiatives.
As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers via an expression of interest and a Request for Information (RFI). Please follow the guidance below:
PORTAL ACCESS
- Login with URL https://nhssupplychain.app.jaggaer.com//
- Click on “SQs Open to All Suppliers” and search for the title of the procurement:
SQ_572 - RFI - Respiratory Solutions
EXPRESSION OF INTEREST
Click on the ‘EXPRESS INTEREST’ button in the top right corner.
RFI- The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be indicated here.