Section one: Contracting authority
one.1) Name and addresses
NHS England
7&8 Wellington Place
Leeds
LS1 4AP
Contact
Jessica Gaucher-Thompson
jessica.gaucher-thompson@nhs.net
Country
United Kingdom
Region code
UKE - Yorkshire and the Humber
Internet address(es)
Main address
Buyer's address
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://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Hyperbaric Oxygen Therapy (HBOT) Services for all ages - Most Suitable Provider Process
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
This is an Intended Approach Notice to award contracts using the Most Suitable Provider (MSP) Process for Hyperbaric Oxygen Therapy (HBOT) Services for all ages in the North West (Lot 1) and North East and Yorkshire (Lot 2).
The service is commissioned in England for two specific indications in line with NHS England published Service Specification: Hyperbaric oxygen therapy for decompression illness/gas embolism (all ages).
https://www.england.nhs.uk/wp-content/uploads/2018/11/Hyperbaric-oxygen-therapy-services-all-ages-Service-specification-January-2025.pdf
The aim of the service is to deliver Hyperbaric Oxygen Therapy (HBOT) where clinically appropriate for those suffering from Decompression Illness (DCI) or Gas Embolism.
The above aim will be achieved by:
(a) Providing 24 hour a day access to specialist clinical assessment by a Hyperbaric physician for patients who have symptoms following diving or exposure to altered pressure environment, or who may have had gas enter their circulation by another mechanism (gas embolism).
(b) Where appropriate, onward referral or discharge of patients who do not require HBOT
treatment for Decompression Illness (DCI) or Gas Embolism.
(c) 24-hour access to HBOT where clinically appropriate.
(d) HBOT delivered in facilities that are well maintained, comply with all relevant regulations, and follow best practice guidelines.
(e) HBOT facilities are staffed with suitably qualified, experienced teams with skills that are actively maintained.
(f) The delivery of care that is integrated with other services including the Emergency Department, Intensive Care, and other healthcare professionals as required.
(g) Wherever possible, supporting the return of the service user to their pre-injury level of function, including referral to return to diving assessment if appropriate.
(h) Engaging in relevant research and development of HBOT and actively engage in national audit and data collection for the HBOT service.
(i) Working with relevant agencies and clinicians to support education and prevention initiatives.
Decompression Illness
Decompression illness arises from exposure to an altered pressure environment, most often from diving. The geographical distribution of cases of decompression illness is determined by the local level of diving activity, and is concentrated around coastal areas, inland expanses of water and the locations of residence of the divers. Airports provide a significant minority of patients usually returning from a diving trip overseas. There is a total of approximately 150 - 200 cases in England per year.
Gas embolism
Cases of gas embolism arise from introduction of gas into a patient’s circulation, most often inadvertently during a medical procedure (iatrogenic gas embolism). There are currently approximately 10 cases in England per year. However, this may be an underestimate of the number of actual cases.
The Commissioner's assessment of each potential provider will take into account the basic selection criteria and the following key criteria:
• Quality and innovation;
• Value;
• Integration, collaboration and service sustainability;
• Improving access, reducing health inequalities and facilitating choice; and
• Social value.
The Commissioner's assessment will be on a [pass/fail] basis
If you believe your organisation can provide the full set of requirements, please register on the e-Tendering portal at https://health-family.force.com/s/Welcome against project reference C367512 to access the MSP documentation and submit your response.
The deadline for submitting completed Expression of Interest Questionnaires and Declarations is 12pm, midday, on Wednesday 5th November 2025.
It is anticipated that provider assessments will be completed between November and December 2025.
two.1.5) Estimated total value
Value excluding VAT: £13,887,945
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Lot 1 - North West
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
It is important for Providers to note that centres must be located in and deliver services from the defined geographical area(s) of the Lot that they are interested in providing services to.
If you believe your organisation can provide the full set of requirements, please register on the e-Tendering portal at https://health-family.force.com/s/Welcome against project reference C367512 to access the MSP documentation and submit your response.
The deadline for submitting completed Expression of Interest Questionnaires and Declarations is 12pm, midday, on Wednesday 5 November 2025.
It is anticipated that provider assessments will be completed between November and December 2025.
This is a Provider Selection Regime (PSR) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
For the avoidance of doubt, the provisions of the Procurement Act Regulations 2023 do not apply to this award.
The intention is to award contracts using the Most Suitable Provider Process and the award decisions will be made by National Commissioning Group, Chaired by the NHS England National Director of Specialised Commissioning.
two.2) Description
two.2.1) Title
Lot 2 : North East & Yorkshire
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
It is important for Providers to note that centres must be located in and deliver services from the defined geographical area(s) of the Lot that they are interested in providing services to.
If you believe your organisation can provide the full set of requirements, please register on the e-Tendering portal at https://health-family.force.com/s/Welcome against project reference C367512 to access the MSP documentation and submit your response.
The deadline for submitting completed Expression of Interest Questionnaires and Declarations is 12pm, midday, on Wednesday 5 November 2025.
It is anticipated that provider assessments will be completed between November and December 2025.
This is a Provider Selection Regime (PSR) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
For the avoidance of doubt, the provisions of the Procurement Act Regulations 2023 do not apply to this award.
The intention is to award contracts using the Most Suitable Provider Process and the award decisions will be made by National Commissioning Group, Chaired by the NHS England National Director of Specialised Commissioning.
two.3) Estimated date of publication of contract notice
15 October 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
This is a Provider Selection Regime (PSR) intended approach notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Procurement Act Regulations 2023 do not apply to this award.
The intention is to award contracts using the Most Suitable Provider Process and the award decisions will be made by National Commissioning Group, Chaired by the NHS England National Director of Specialised Commissioning.