Non-Invasive Ventilation, Sleep Therapy (CPAP) and Sleep Monitoring (Diagnostics)

Award

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).

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Bypass the hassle of outdated portals.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 2 days ago
Open

Derby Integrated Community Equipment Services (DICES)

NHS Derby and Derbyshire Integrated Care Board (referred to as the Commissioner) are inviting suitably qualified and experienced providers to express their interest in delivering an Integrated Community Equipment Service. Derby Integrated Community Equipment Service (DICES) provides a range of equipment on loan to people of all ages ordinarily resident in the city of Derby, following assessment and prescription by a recognised prescriber. The service being commissioned relates to the logistics of supplying, collecting and maintaining the equipment. Clinical input to the service is provided through the pool of recognised prescribers, a clinical commissioning function provided by DDICB, and a multi-agency Equipment Review Group. The provider will work within this framework, ensuring that the agreed clinical governance arrangements, both for individual items of equipment and strategic decisions about the equipment to be provided/policies and procedures for equipment provision, are followed appropriately. The contract will be for a period of 3 years with the option to extend for up to a further two years. Please note there is a financial threshold associated with this procurement. Please refer to procurement documentation for further details can be found within the procurement documentation. To register your interest and submit a bid, please follow the link below, and search for the project reference as detailed: https://health-family.force.com/s/Welcome Project Reference: C357208 Project Name: Derby Integrated Community Equipment Service - Procurement Please note, that this notice relates to the continuation of the process commenced via FTS Notice reference: UK-3090. The following amendments have been made: Total Estimated Contract Value (Initial): £12,820,000 (Excluding VAT), £15,384,000 (Including VAT) Total Estimated Contract Value (Amended): £12,959,000 (Excluding VAT), £15,550,800 (Including VAT) Tender Submission Enquiry Deadline (Initial): 01/09/2025 Enquiry Deadline (Amended): 10/11/2025 Submission Deadline (Initial): 11/09/2025 Submission Deadline (Amended): 20/11/2025 Est. Award Decision (Initial): 25/11/2025 Est. Award Decision (Amended): 19/01/2026

Katy Reed

Published 5 days 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