Respiratory Solutions
A Tender Notice
by SUPPLY CHAIN COORDINATION LIMITED
- Source
- Find a Tender
- Type
- Framework (Goods)
- Duration
- 2 year
- Value
- £137M-£131M
- Sector
- HEALTH
- Published
- 29 Sep 2025
- Delivery
- 01 Aug 2026 to 31 Jul 2028
- Deadline
- 30 Oct 2025 15:00
Concepts
Location
United Kingdom:
1 buyer
- Supply Chain Coordination London
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.
Lot Division
1 | Respiratory Therapy
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). Award Criteria
| ||||||||||||
2 | Anaesthesia and Resuscitation
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. Award Criteria
| ||||||||||||
3 | Diagnostics / Monitoring
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). Award Criteria
| ||||||||||||
4 | Nitrous Oxide Destruction Solutions
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). Award Criteria
| ||||||||||||
5 | Respiratory Support Services
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). Award Criteria
|
Renewal Options
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.
CPV Codes
- 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
- 33171100 - Instruments for anaesthesia
- 33171110 - Anaesthesia mask
- 33171200 - Instruments for resuscitation
- 33171210 - Resuscitation mask
- 33172100 - Anaesthesia devices
- 33157000 - Gas-therapy and respiratory devices
- 33157200 - Oxygen kits
- 33195000 - Patient-monitoring system
- 33157700 - Blow bottle
- 85140000 - Miscellaneous health services
Indicators
- Renewals are available.
Other Information
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/evergr... • 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. ** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-051edd
- FTS 060693-2025