Notice Information
Notice Title
Non-Invasive Ventilation, Sleep Therapy (CPAP) and Sleep Monitoring (Diagnostics)
Notice Description
NHS Supply Chain intends to launch a National Framework Agreement for the provision of Non-Invasive Ventilation (NIV): Continuous Positive Airway Pressure (CPAP), Bilevel Positive Airway Pressure (BPAP), High Flow Therapy Devices and Sleep Diagnostic and Monitoring Devices with Associated Consumables and Sleep and Respiratory Managed Services / Purchase Plans * Lot 1: Non-Invasive Ventilation (NIV), Sleep Therapy and Sleep Monitoring devices, systems and associated consumables The NIV (Sleep Therapy and Sleep Monitoring Diagnostics and Associated Consumables Framework Agreement is intended to cover Non-Invasive Ventilation (NIV), Sleep Devices and Sleep Monitoring products and Sleep and Respiratory managed services. It is anticipated in the first year that the spend will be 40,000,000 GBP, however this is approximate and may vary depending on requirements of bodies purchasing under the Framework. 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 arrangements under which it will be entitled to purchase supplies 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. The framework agreement will run from 18/09/2025 - 17/09/2029 (4 years).
Lot Information
Non-Invasive Ventilation (NIV), Sleep Therapy and Sleep Monitoring devices, systems and associated consumables
Procurement of Non-invasive ventilators (NIV) , sleep monitoring and sleep therapy devices and all associated consumables to be used in community and hospital setting. NIV consisting of CPAP, Bilevel and high flow therapy devices with associated consumables. Associated consumables will be ventilation circuits, interfaces, humidification chambers, travel bags and other associated ancillary ventilator products. Sleep monitoring devices with multi-channel monitoring capabilities consisting of polysomnography, polygraph, respiratory inductive plethysmography, pulse oximetry, blood oxygen saturation (SpO2) sensors and associated consumables. Associated consumables will be sensors, straps, cable harnesses, cables, respiratory inductive plethysmography belts and diagnostic software Sleep therapy devices consisting of CPAP and APAP with or without remote monitoring capabilities and associated consumables. Associated consumables will be masks, humidification chambers, circuits, headgear, travel bags, filters and data licenses
Options: This Framework Agreement will have the option to extend incrementally for 24 months.
Sleep and Respiratory managed servicesProcurement of Sleep and respiratory managed services to provide clinical solutions to hospitals and clinicians consisting of the provision of clinical training, patient pathway efficiencies, sleep diagnostic screening, patient guidance and advisory services, consumable management and patient therapy data management and provision. Provided in hospital and community setting. Services will be provided health care professionals and patients to provide assistance and drive efficiencies to the National Health Service and patient community setting Additional information: Precise quantities are unknown. It is anticipated that initial expenditure will be 5,000,000 GBP 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.
Non-Invasive Ventilation (NIV), Sleep Therapy and Sleep Monitoring devices, systems and associated consumablesTo provide all Non-Invasive Ventilation & Sleep Therapy & Monitoring to the NHS, through devices, associated consumables and services. Additional information: The minimum yearly turnover requirements should not exceed twice the estimated contract value, "except in duly justified cases". If contracting authority has a justifiable case, then this must be set out in the procurement documents or in the Regulation 84 Report (or both).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03f820
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023362-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
33 - Medical equipments, pharmaceuticals and personal care products
-
- CPV Codes
33100000 - Medical equipments
33140000 - Medical consumables
33157400 - Medical breathing devices
Notice Value(s)
- Tender Value
- £212,000,000 £100M-£1B
- Lots Value
- £212,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £160,000,000 £100M-£1B
Notice Dates
- Publication Date
- 20 May 20255 months ago
- Submission Deadline
- 7 Oct 2024Expired
- Future Notice Date
- 22 Apr 2024Expired
- Award Date
- 6 Mar 20258 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled, Planned
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUPPLY CHAIN OPERATED BY SUPPLY CHAIN COORDINATION LTD (SCCL)
- Additional Buyers
- Contact Name
- Anna Felisiak, Thomas Williams
- Contact Email
- anna.felisiak@supplychain.nhs.uk, thomas.williams4@supplychain.nhs.uk
- Contact Phone
- +44 7977371593
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 8UG
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI45 Lambeth
- Delivery Location
- Not specified
-
- Local Authority
- Lambeth
- Electoral Ward
- Waterloo & South Bank
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.