Scope
Reference
Project_1602
Description
The purpose of this notice is to draw attention to a procurement the Authority will conduct to establish a National Framework Agreement for the provision of Respiratory Solutions 2026 under the following Lot structure:
Lot 1: Respiratory Therapy;
Lot 2: Anaesthesia and Resuscitation;
Lot 3: Diagnostics;
Lot 4: Nitrous Oxide destruction Solutions; and
Lot 5: Respiratory Support Services
For Lots 1 to 4 Tenderers can submit for one, more than one Lot, or all of the Lots detailed above. However ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2). Tender submissions received solely for Lot 5 will not be accepted nor evaluated.
Further details about the requirements within each Lot are provided in the tender documentation.
The term of the contracts formed under the proposed Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.
Note: There are 5 supplier requirements for which further reading can be found here: Net Zero Supply Chain and Suppliers
Please also observe the following for future tenders, the following requirements will include but are not limited to the following or subject to change:
• ISO Certification: Tenderers must have ISO 9001: 2015 or BS EN ISO 13485:2016 or Medical Device Single
Audit Program (MDAP) accredited by the United Kingdom Accreditation Service (or international
equivalent) to cover all segments of the Tenderers and the product's supply chain. This should include, but
not be limited to, sales, manufacturing, storage, and distribution ('ISO Certification'). Link for acceptable
alternatives https://iaf.nu/en/accreditation-bodies/ ('Notified Bodies')
• CE Certification and Declaration of Conformity certificates are required where applicable to be presented
at submission stage of the tender.
• Modern Slavery for Tenderers that have an annual turnover of at least £36 million must have a link to their
modern slavery statement on their website
• Modern Slavery Assessment Tool (MSAT) Tenderers must have a score of 41% or above within 12-months
of the Tender Publication Date via https://supplierregistration.cabinetoffice.gov.uk/
• Evergreen Sustainable Supplier Assessment - Tenderers will need to have completed the assessment
within 12 months of the Tender Publication Date. Link for instructions and access for this assessment:
https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/
• Carbon Reduction Plan (CRP): Tenderers must have a valid CRP link on their website that meets the
requirements of PPN 006 as outlined in the PPN, OR Where Supplier has no website, the CRP is provided in
PDF format that meets the requirements of PPN 006 as outlined in the PPN, OR Excused in exceptional
circumstances. CRP has to be dated within the 12 months prior to tender close date.
• Cyber Security: If you handle patient or personal data, or provide any IT systems, services, or devices you
will need to hold Cyber Security Essentials Plus Certification.
• Data Security Protection Toolkit (DSPT): if you process patient data further details about the cyber security
requirements are provided in the tender documentation.
Commercial tool
Establishes a framework
Total value (estimated)
- £130,976,400 excluding VAT
- £157,171,680 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 August 2026 to 31 July 2028
- Possible extension to 31 July 2030
- 4 years
Description of possible extension:
This Framework Agreement will have an initial term of 24 months with the option to extend incrementally for a total of a further 24 months.
Main procurement category
Goods
Contract locations
- UK - United Kingdom
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. Respiratory Therapy
Description
Lot 1: Respiratory Therapy - This lot comprises therapy products designed for administering respiratory therapies to patients. These include products for oxygen administration, aerosol therapy products for delivering medications via inhalation, and respiratory products that aid in the removal of lung secretions to reduce respiratory infections. Additionally, the lot includes products for cold humidification and nebulization, such as sterile water. Respiratory consumable rental and maintenance service are also provided to offer comprehensive respiratory clinical solutions to hospitals, communities, clinicians, and patients.
ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2).
Lot value (estimated)
- £70,427,938 excluding VAT
- £84,513,526 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 33141200 - Catheters
- 33171000 - Instruments for anaesthesia and resuscitation
- 33141600 - Collector and collection bags, drainage and kits
- 33170000 - Anaesthesia and resuscitation
- 33157100 - Medical gas masks
- 33172000 - Anaesthesia and resuscitation devices
- 33157110 - Oxygen mask
- 33100000 - Medical equipments
- 33157400 - Medical breathing devices
- 33140000 - Medical consumables
- 33157800 - Oxygen administration unit
- 33157810 - Oxygen therapy unit
- 33162000 - Operating theatre devices and instruments
- 33190000 - Miscellaneous medical devices and products
- 33195110 - Respiratory monitors
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Anaesthesia and Resuscitation
Description
Lot 2 Anaesthesia and Resuscitation - This Lot is for products that support anaesthesia and resuscitation medical gas treatment, monitoring and diagnosis. Resuscitation products also relate to teaching and administering resuscitation to adults and children.
Lot 5 is not applicable to Lot 2.
Lot value (estimated)
- £27,005,576 excluding VAT
- £32,406,691 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 33170000 - Anaesthesia and resuscitation
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33171000 - Instruments for anaesthesia and resuscitation
- 33141600 - Collector and collection bags, drainage and kits
- 33171100 - Instruments for anaesthesia
- 33157400 - Medical breathing devices
- 33171110 - Anaesthesia mask
- 33162000 - Operating theatre devices and instruments
- 33171200 - Instruments for resuscitation
- 33171210 - Resuscitation mask
- 33172000 - Anaesthesia and resuscitation devices
- 33172100 - Anaesthesia devices
- 33190000 - Miscellaneous medical devices and products
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Diagnostics / Monitoring
Description
Lot 3 - Diagnostics / Monitoring - This Lot is for respiratory related diagnostic tools.
Products within this Lot include:
Handheld spirometers.
Desktop spirometers.
PC based spirometers.
Micro spirometers.
Spirometry accessories.
Monitors and screeners for screening and monitoring of lung disease.
Bacterial viral filters.
Peak flow meters.
Mouthpieces.
Carbon monoxide monitors.
Nitric oxide measurement devices.
Infant sensors.
Diagnostic / monitoring product accessories.
Inhaler dose sensor.
Respiratory consumable rental and maintenance service.
ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2).
Lot value (estimated)
- £21,282,885 excluding VAT
- £25,539,463 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 33157000 - Gas-therapy and respiratory devices
- 33157800 - Oxygen administration unit
- 33157200 - Oxygen kits
- 33157810 - Oxygen therapy unit
- 33157400 - Medical breathing devices
- 33195000 - Patient-monitoring system
- 33157700 - Blow bottle
- 33195110 - Respiratory monitors
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Nitrous Oxide Destruction Solutions
Description
Lot 4 - Nitrous Oxide Destruction Solutions - A device/unit which can safely scavenge and break down Nitrous Oxide Gases, which is utilised through the use of patient pain management, into its base compounds of Nitrogen and Oxygen for safe release into the atmosphere to reduce/mitigate staff occupational exposure to Nitrous Oxide and to mitigate environmental damage as Nitrous Oxide is a recognised potent greenhouse gas.
ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2).
Lot value (estimated)
- £11,600,000 excluding VAT
- £13,920,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 33190000 - Miscellaneous medical devices and products
- 33140000 - Medical consumables
- 33157000 - Gas-therapy and respiratory devices
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot Lot 5. Respiratory Support Services
Description
Respiratory Support Service are the provision of support solutions related and linked directly to the products/devices supplied on the framework under which this Lot is being established - which may including but is not limited to:
Maintenance Packages;
Planned Preventative Maintenance;
Consumables Management;
Device and/or Consumable Purchase Plans;
Management/Resupply Services;
Training and education in relation to maintenance, testing and calibration of the devices;
Reduced/Discounted pricing for replacement of previously purchased devices; and/or
Discounted consumables tailored to customers who have committed to a specific device(s).
ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2).
Tender submissions received solely for Lot 5 will not be accepted nor evaluated.
Lot value (estimated)
- £6,600,000 excluding VAT
- £7,920,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 33100000 - Medical equipments
- 85140000 - Miscellaneous health services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
n/a
Award method when using the framework
With competition
Contracting authorities that may use the framework
For Goods/Services identified as Transacted Products and identified in the Framework Award Pack, only the Authority will be entitled to place Orders which it will then 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;
and For Goods/Services identified as Direct Contract Products in the Framework Award Pack, the following Participating Authorities are entitled to place Orders: 1) the Authority; 2) any NHS Trust; 3) any other NHS entity; 4) any government department, agency or other statutory body; and/or 5) any private sector entity active in the UK healthcare sector.
Participation
Particular suitability
Lot 1. Respiratory Therapy
Lot 2. Anaesthesia and Resuscitation
Lot 3. Diagnostics / Monitoring
Lot 4. Nitrous Oxide Destruction Solutions
Lot Lot 5. Respiratory Support Services
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
23 October 2025, 3:00pm
Tender submission deadline
30 October 2025, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
11 March 2026
Award criteria
Lot 1. Respiratory Therapy
Name | Type | Weighting |
---|---|---|
Price | Price | 50% |
Sales, Service & Quality | Quality | 17% |
Supply Chain Assessment | Quality | 14% |
Social Value | Quality | 10% |
Training Education & Value Add Programme | Quality | 5% |
Conversion Assistance | Quality | 4% |
Lot 2. Anaesthesia and Resuscitation
Lot 3. Diagnostics / Monitoring
Lot 4. Nitrous Oxide Destruction Solutions
Name | Type | Weighting |
---|---|---|
Price | Price | 50% |
Sales Service & Quality | Quality | 16% |
Social Value | Quality | 10% |
Supply Chain Assessment | Quality | 10% |
Training Education & Value Add Programme | Quality | 10% |
Conversion Assistance | Quality | 4% |
Lot Lot 5. Respiratory Support Services
Name | Type | Weighting |
---|---|---|
Service & After Sales Support | Quality | 80% |
Social Value | Quality | 10% |
Price | Price | 10% |
Other information
Payment terms
EARLY MARKET ENGAGEMENT CONDUCTED:
In developing this opportunity NHS Supply Chain (the Authority) conducted early market engagement (EME) by issuing a prior information notice (PIN) Respiratory Solutions - find a tender notice identifier 2024/S 000-040980 under PCR 2015 on 19th December 2024 (please note this was published under ref Project_1200 and not Project_1602 which has superseded this).
Both prior to and following the publication of the PIN notice the contracting authority has been engaging with the market via Teams calls, site visits and the Request for Information which was published on 19 December 2024. The information gathered has helped to inform the development of the procurement strategy, including the specification and the Product List (which was shared for feedback with those who had expressed interest in the PIN as below:
• 56 suppliers viewed the request for information
• 17 suppliers responded with their expressions of interest
• 20th of December 2024 suppliers were advised the closing date for receiving
our fires for the 31st of January 2025 on 20th of December this message was
read by 48 suppliers
• Between the 20th of December 2024 and the 5th of February 2025 suppliers
raised clarifications which the authority responded to.
• 5th of March 2025 suppliers were advised to register on the Central Digital
Platform (CDP) this message was read by 41 suppliers
• 24th of March 2025 draft specification and product lists were shared this
message was read by 38 suppliers
• 24th - 26th of March 2025 further supplier clarifications were raised and
responded to by the authority • 16th of May 2025 revised draft specification
and product lists recirculated this message was read by 36 suppliers
• 19th of May 2025 further supply clarifications raised and responded to by the
Authority 29th of May 2025 supplier final feedback received, and early market
engagement completed.
• Participation in the EME was not used nor acknowledged in any way for the
purpose of evaluating or qualifying any potential supplier in any future
procurement or subsequent competitive process.
• Following completion of the EME the authority moved to Procurement Act 2023
under Jagger Project ref 1602.
This procurement exercise will be conducted on the NHS supply Chain e-tendering portal at HTTPS://NHS supply chain app.jagger.com//
HOW TO APPLY
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement specific information (where requested to do so) through the NHS supply chain e-tendering portal as follows:
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 'Not Registered Yet' link to access the registration page.
Portal access
If registration has been completed:
- Log in with https://nhssupplychain.app.jaggaer.com//
- Click on ITTs Open to All Suppliers
- Select from the following ITTs:
ITT_1873 Selection Questionnaire (All Lots)
ITT_1874 Lot 1 Respiratory Therapy
ITT_1875 Lot 2 Anaesthesia and Resuscitation
ITT_1876 Lot 3 Diagnostics / Monitoring
ITT_1877 Lot 4 Nitrous Oxide destruction Solutions
ITT_1888 Lot 5 Respiratory Support Services
- Click on 'Express Interest'
- Read 'Information' dialogue box then 'Confirm'
IMPORTANT: All Tenderers must respond to ITT_1873 which is applicable to all Lots, plus any and/or all of the Lot specific ITT's listed above applicable to your tender response.
ONLY Tenderers responding to Lots 1, 3 and/or 4 are invited to tender for Lot 5 (noting that Lot 5 is not applicable to Lot 2). Tender submissions received solely for Lot 5 will not be accepted nor evaluated.
Suppliers are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Helpcentre' link within the Useful Links section of the Dashboard.
For any technical help with the portal please contact the Supplier Helpdesk:
Tel: 0800 069 8630 or via Request Assistance/ Live Chat
As any Tender Responses submitted after the response deadline will not be considered.
All tender submissions must be submitted via Jaggar Qualification, Technical and Commercial Envelopes withn the online response sections in compliance with the published tender documentation.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
SUPPLY CHAIN COORDINATION LIMITED
- Public Procurement Organisation Number: PLLH-1887-BMRL
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
United Kingdom
Email: dawnette.gayle@supplychain.nhs.uk
Website: https://www.supplychain.nhs.uk/
Region: UKI45 - Lambeth
Organisation type: Public authority - sub-central government