Procurement

Respiratory Solutions

  • SUPPLY CHAIN COORDINATION LIMITED

Procurement identifier (OCID): ocds-h6vhtk-051edd

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.

Notices

UK4: Tender notice

Notice identifier
2025/S 000-060693
Published
29 September 2025, 6:11pm

UK1: Pipeline notice

Notice identifier
2025/S 000-025190
Published
22 May 2025, 3:58pm