East of England Region Home Oxygen Service

Award

Value

£0

Suppliers

Classifications

  • Oxygen-therapy services
  • Medical gases
  • Oxygen
  • Gas-therapy and respiratory devices
  • Oxygen mask
  • Oxygen kits
  • Medical breathing devices
  • Oxygen therapy unit
  • Oxygenation equipment
  • Air cylinders
  • Compressed-air cylinders
  • Breathing apparatus
  • Gas cylinders
  • Home medical treatment services

Tags

  • award
  • contract

Published

2 years ago

Description

The purpose of this notice is to confirm the outcome of the procurement process for the provision of Home Oxygen Services across the East of England Region.  This notice is being published by NHS Hertfordshire and West Essex Integrated Care Board (HWE ICB) as the lead commissioner on behalf of the other Integrated Care Boards (ICBs) within the East of England Region.  The previous process and notice was published by NHS West Essex Clinical Commissioning Group (CCG) as the lead CCG on behalf of the other CCGs within the East of England Region prior to the ICBs being established on 1st July 2022.
The contract opportunity notice was published on the Find a Tender Service on 7th June 2021, reference: 2021/S 000-012732.
The advertised East of England Home Oxygen service comprised the following key elements:
- Responding to requests for the Installation and Supply of Equipment, including identifying and providing the agreed equipment, facilities and services required to perform the contract
- The ongoing maintenance and servicing of equipment
- Identifying and processing the re-imbursement of electricity costs
- Providing business management information as set out within the Contract
- Installation of equipment and the provision of consumables related to home oxygen supply to service users
- Provision of a portal which complies with the minimum requirements set out within the Portal Specification contained within the tender documents.
- The service will be delivered 7 days a week to support the expected increase in patients being discharged from hospital during weekends and bank holidays and reduce the requirement for urgent 4-hour Home Oxygen Order Forms (HOOFs).

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Respiratory Solutions

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.

Katy Reed

Published 1 hour ago
Open

Respiratory Solutions

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.

Katy Reed

Published 1 week ago
Open

Diving Life Support (DLS) In-Service Support (ISS)

Defence Equipment and Support (DES) Salvage and Marine Operations (SALMO) Delivery Team (DT) have a requirement for the provision of In-Service Support (ISS) to the Diving Life Support (DLS) portfolio of equipment. The DLS portfolio provides a diving capability to the UK Military, led by the Royal Navy, to support a full range of technical and support activities to enable the delivery of underwater Explosive Ordnance Disposal (EOD), underwater engineering, underwater search and engineering tasks in support of UK Defence Tasks. The DLS ISS requirement is divided into the following four Lots: Lot 1 - Diver's Dress and Dive Ancillaries Estimated value: £10M ex VAT Includes: Diver's dress, e.g. dive suits, boots, gloves, etc and Dive Ancillaries Lot 2 - Diving Support Equipment Estimated value: £14M ex VAT Includes: Diver Through Water Communication (DTWC) Gas Boosters Pumps Portable Breathing Air Compressor (PBAC) Portable Oxygen Monitoring  Apparatus (POMA) Type B Recompression Chamber (RCC) Lot 3 - Dive Sets and Dived Equipment Estimated value: £21M ex VAT Includes: Enclosed Mine Lift Bags (EMLB) Swimmers Oxygen Breathing Apparatus (SOBA), including Excursion variant Surface Supplied Diving Equipment (SSDE) Parachute Lift Bags (PLB) Underwater Hydraulic Tools Lot 4 - Self-Contained Air Diving Equipment (SCADE) and Clearance Diver Life Support Equipment (CDLSE) Estimated value: £17.5M ex VAT Includes: Self-Contained Air Diving Equipment (SCADE), including Swimmers Air Breathing Apparatus (SABA) and Rechargeable Air Breathing Apparatus (RABA) Clearance Divers Life Support Equipment (CDLSE) The Lots require ISS to extant equipment, as well as the ability to procure more/new equipment at the direction of the Authority. The DLS ISS contracts will be for five (5) years, with two (2) additional one (1) year options to extend. If all the options to extend are exercised by the Authority, each contract's duration will be a total of seven (7) years.

Katy Reed

Published 2 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete