Planning

Continuous Positive Airway Pressure (CPAP) Service

GLOUCESTERSHIRE HOSPITALS NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Planning

14 May 2025 at 22:48

Summary of the contracting process

The Gloucestershire Hospitals NHS Foundation Trust is currently in the planning stage of a procurement process for a Continuous Positive Airway Pressure (CPAP) Service. This procurement is geared towards enhancing the management of Obstructive Sleep Apnoea (OSA) services within the UKK13 region, which includes Gloucestershire. The procurement comes under the healthcare services category with CPV classifications relevant to oxygen-therapy services, gas-therapy and respiratory devices, and medicinal products for obstructive airway diseases. Pre-market engagement activities are scheduled to start from the week beginning 16 June 2025, with expressions of interest to be confirmed by 26 May 2025. The anticipated formal tender release is in August 2025, followed by a contract award by December 2025. This contract, which involves a significant financial commitment over its initial four-year term with possible extensions, presents an opportunity for businesses to align with the growing healthcare demand in respiratory services.

This procurement opportunity is particularly suitable for businesses specialising in the supply of medical devices and respiratory health solutions, as well as those offering healthcare logistics and patient support services. The initial focus on CPAP devices and consumables, coupled with requirements for mask management, patient support, and stock supply, opens doors for enterprises capable of robust logistics and customer service. Additionally, the opportunity for contract renewal and financial growth suggests a beneficial long-term engagement for small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) within the healthcare sector. This procurement process not only aims to improve patient experience and efficiencies but also seeks to foster relationships with innovative suppliers who can contribute to enhancing healthcare outcomes and operational efficacy at Gloucestershire Hospitals NHS Foundation Trust.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Continuous Positive Airway Pressure (CPAP) Service

Notice Description

Obstructive Sleep Apnoea (OSA) is a prevalent sleep-related respiratory disorder characterised by recurrent upper airway obstruction during sleep, resulting in intermittent pauses in breathing. This leads to fragmented sleep, excessive daytime sleepiness, and significantly increases the risk of developing serious comorbidities such as hypertension, diabetes, cardiovascular disease, and stroke. OSA affects approximately 5% of the population, with a substantial proportion remaining undiagnosed. The condition is particularly burdensome in individuals with coexisting chronic obstructive pulmonary disease (COPD) or obesity hypoventilation syndrome (OSAHS), where symptoms and health risks are further exacerbated. Continuous Positive Airway Pressure (CPAP) therapy is the first-line treatment for OSA, delivering a constant flow of air via a mask to maintain airway patency during sleep. Effective management requires consistent nightly use. CPAP devices typically have a lifespan of 7 years, while masks are single-patient use items requiring replacement every 6 to 12 months and regular patient cleaning to ensure optimal function and hygiene. At Gloucestershire Hospitals NHS Foundation Trust (GHNHSFT), there are currently around 5,500 patients utilising CPAP therapy and a further 300 patients using other forms of non-invasive ventilation. This generates an annual requirement for approximately 6,000 masks and tubes, and 1,200 filters. The service manages roughly 950 patient contacts per month, with half pertaining to the resupply of consumables. Diagnostic capacity was increased by 25% in 2024, resulting in a rise in therapy initiations and overall service demand. The objective of this procurement is to enhance patient access to CPAP consumables and support services, reduce administrative and storage burdens, and achieve cost efficiencies. Streamlining the supply chain and support processes will release clinical resources, improve patient experience, and reduce unplanned hospital or primary care attendances. Proactive follow-up and device recovery initiatives will support therapy adherence and ensure optimal use of resources, thereby facilitating high-quality, efficient, and patient-centred care. The core components of the required service include: - Procurement of CPAP devices and consumables - Mask management and replacement - Provision of a patient support line - Access to a patient and clinician portal - Consignment stock supply for timely distribution

Planning Information

<< PRE-MARKET ENGAGEMENT >> The Prior Information Notice serves to inform suppliers of this forthcoming procurement and to invite expressions of interest from potential suppliers wishing to participate in pre-market engagement activities. These activities will include responding to a questionnaire and attending a virtual meeting to provide feedback on the questionnaire. Gloucestershire Hospitals NHS Foundation Trust (“the Authority”) intends to hold virtual meetings during the week commencing 16 June 2025, during which suppliers will have the opportunity to discuss and elaborate on their feedback to the questionnaire. To express your interest and obtain further information regarding the questionnaire, please refer to the documentation available on Atamis, project reference ' C343012 Continuous Positive Airway Pressure (CPAP) Service’. Suppliers are encouraged to confirm their participation in the pre-market engagement activities by 26 May 2025. << COMMUNICATIONS>> All communications and enquiries regarding this procurement must be submitted via Atamis. Direct contact with Authority staff is not permitted. <<PROCUREMENT PROCESS & TIMESCALES>> The procurement route for a managed service, or a standard contract for the provision of services, may be subject to the Procurement Act 2023 Regulations. The formal procurement is expected to be published in August 2025, with the intention to complete contract award by December 2025. The Authority reserves the right to amend its approach, the scope of the procurement, the procurement procedure, and the timelines as a result of pre-market engagement or other considerations. For clarity, participation in pre-market engagement is not a prerequisite for submitting a formal bid once the procurement process commences. <<FINANCIALS>> The estimated total contract value is predicated on an anticipated annual expenditure of £625,000 (excluding VAT) in the first year. This figure is projected to increase by 25% annually to accommodate rising demand and to account for other risk related costs. The proposed contract will have an initial term of four (4) years, with the option to extend for up to an additional three (3) years. NOTE: The contract duration will be subject to review and confirmation following preliminary market engagement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0513c0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/021506-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

85 - Health and social work services


CPV Codes

33157000 - Gas-therapy and respiratory devices

33157400 - Medical breathing devices

33673000 - Medicinal products for obstructive airway diseases

85111700 - Oxygen-therapy services

Notice Value(s)

Tender Value
£9,421,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
14 May 20259 months ago
Submission Deadline
Not specified
Future Notice Date
1 Aug 2025Expired
Award Date
Not specified
Contract Period
12 Jan 2026 - 11 Jan 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLOUCESTERSHIRE HOSPITALS NHS FOUNDATION TRUST
Contact Name
Dan Kirkbride
Contact Email
dan.kirkbride@nhs.net
Contact Phone
07766457290

Buyer Location

Locality
GLOUCESTER
Postcode
GL53 7AN
Post Town
Gloucester
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK73 Gloucestershire CC
Delivery Location
TLK13 Gloucestershire CC

Local Authority
Cheltenham
Electoral Ward
College
Westminster Constituency
Cheltenham

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0513c0-2025-05-14T23:48:45+01:00",
    "date": "2025-05-14T23:48:45+01:00",
    "ocid": "ocds-h6vhtk-0513c0",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PYHT-5943-VXGV",
            "name": "Gloucestershire Hospitals NHS Foundation Trust",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PYHT-5943-VXGV"
            },
            "address": {
                "streetAddress": "Alexandra House, Cheltenham General Hospital, Sandford Road",
                "locality": "Gloucester",
                "postalCode": "GL53 7AN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK13"
            },
            "contactPoint": {
                "name": "Dan Kirkbride",
                "email": "dan.kirkbride@nhs.net",
                "telephone": "07766457290"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gloshospitals.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PYHT-5943-VXGV",
        "name": "Gloucestershire Hospitals NHS Foundation Trust"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "<< PRE-MARKET ENGAGEMENT >> The Prior Information Notice serves to inform suppliers of this forthcoming procurement and to invite expressions of interest from potential suppliers wishing to participate in pre-market engagement activities. These activities will include responding to a questionnaire and attending a virtual meeting to provide feedback on the questionnaire. Gloucestershire Hospitals NHS Foundation Trust (\"the Authority\") intends to hold virtual meetings during the week commencing 16 June 2025, during which suppliers will have the opportunity to discuss and elaborate on their feedback to the questionnaire. To express your interest and obtain further information regarding the questionnaire, please refer to the documentation available on Atamis, project reference ' C343012 Continuous Positive Airway Pressure (CPAP) Service'. Suppliers are encouraged to confirm their participation in the pre-market engagement activities by 26 May 2025. << COMMUNICATIONS>> All communications and enquiries regarding this procurement must be submitted via Atamis. Direct contact with Authority staff is not permitted. <<PROCUREMENT PROCESS & TIMESCALES>> The procurement route for a managed service, or a standard contract for the provision of services, may be subject to the Procurement Act 2023 Regulations. The formal procurement is expected to be published in August 2025, with the intention to complete contract award by December 2025. The Authority reserves the right to amend its approach, the scope of the procurement, the procurement procedure, and the timelines as a result of pre-market engagement or other considerations. For clarity, participation in pre-market engagement is not a prerequisite for submitting a formal bid once the procurement process commences. <<FINANCIALS>> The estimated total contract value is predicated on an anticipated annual expenditure of PS625,000 (excluding VAT) in the first year. This figure is projected to increase by 25% annually to accommodate rising demand and to account for other risk related costs. The proposed contract will have an initial term of four (4) years, with the option to extend for up to an additional three (3) years. NOTE: The contract duration will be subject to review and confirmation following preliminary market engagement.",
                "dueDate": "2025-06-13T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "021506-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021506-2025",
                "datePublished": "2025-05-14T23:48:45+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C343012",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Continuous Positive Airway Pressure (CPAP) Service",
        "description": "Obstructive Sleep Apnoea (OSA) is a prevalent sleep-related respiratory disorder characterised by recurrent upper airway obstruction during sleep, resulting in intermittent pauses in breathing. This leads to fragmented sleep, excessive daytime sleepiness, and significantly increases the risk of developing serious comorbidities such as hypertension, diabetes, cardiovascular disease, and stroke. OSA affects approximately 5% of the population, with a substantial proportion remaining undiagnosed. The condition is particularly burdensome in individuals with coexisting chronic obstructive pulmonary disease (COPD) or obesity hypoventilation syndrome (OSAHS), where symptoms and health risks are further exacerbated. Continuous Positive Airway Pressure (CPAP) therapy is the first-line treatment for OSA, delivering a constant flow of air via a mask to maintain airway patency during sleep. Effective management requires consistent nightly use. CPAP devices typically have a lifespan of 7 years, while masks are single-patient use items requiring replacement every 6 to 12 months and regular patient cleaning to ensure optimal function and hygiene. At Gloucestershire Hospitals NHS Foundation Trust (GHNHSFT), there are currently around 5,500 patients utilising CPAP therapy and a further 300 patients using other forms of non-invasive ventilation. This generates an annual requirement for approximately 6,000 masks and tubes, and 1,200 filters. The service manages roughly 950 patient contacts per month, with half pertaining to the resupply of consumables. Diagnostic capacity was increased by 25% in 2024, resulting in a rise in therapy initiations and overall service demand. The objective of this procurement is to enhance patient access to CPAP consumables and support services, reduce administrative and storage burdens, and achieve cost efficiencies. Streamlining the supply chain and support processes will release clinical resources, improve patient experience, and reduce unplanned hospital or primary care attendances. Proactive follow-up and device recovery initiatives will support therapy adherence and ensure optimal use of resources, thereby facilitating high-quality, efficient, and patient-centred care. The core components of the required service include: - Procurement of CPAP devices and consumables - Mask management and replacement - Provision of a patient support line - Access to a patient and clinician portal - Consignment stock supply for timely distribution",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85111700",
                        "description": "Oxygen-therapy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33157000",
                        "description": "Gas-therapy and respiratory devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33157400",
                        "description": "Medical breathing devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33673000",
                        "description": "Medicinal products for obstructive airway diseases"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK13",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 11306000,
            "amount": 9421000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "additionalProcurementCategories": [
            "goods"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-12T00:00:00Z",
                    "endDate": "2030-01-11T23:59:59Z",
                    "maxExtentDate": "2033-01-11T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-01T23:59:59+01:00"
        },
        "status": "planning"
    },
    "language": "en"
}