Tender

NOE CPC Public Health Related Services

  • Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")

F02: Contract notice

Notice identifier: 2026/S 000-000386

Procurement identifier (OCID): ocds-h6vhtk-04ed66

Published 5 January 2026, 3:09pm



Section one: Contracting authority

one.1) Name and addresses

Leeds and York Partnership NHS Foundation Trust, trading as North of England NHS Commercial Procurement Collaborative ("NOE CPC")

Don Valley House, Savile Street East

Sheffield

S4 7UQ

Contact

Kimberley Kay

Email

procurement@noecpc.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.noecpc.nhs.uk

Buyer's address

https://www.noecpc.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

NOE CPC Public Health Related Services

Reference number

NOE.0670

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

The North of England Commercial Procurement Collaborative (NOE CPC) and the NHS London Procurement Partnership (LPP) is inviting Suppliers the opportunity to provide, Integrated Care Systems (ICSs), Integrated Care Boards (ICBs), NHS England, Local Authorities, Combined Authorities, NHS Trusts, Foundation Trusts and other relevant provider organisations, a requirement for fully compliant solutions to support them in the provision of Public Health Related Services. This is a national framework agreement that is open to Suppliers/Providers to provide these services across the United Kingdom.

These requirements are to be provided under six overarching Lots, listed below;

Lot 1: Sexual Health Services
Lot 2: Drug, Alcohol, and Addiction Services
Lot 3: Behavioural Changes and Prevention
Lot 4: Child Health Services
Lot 5: NHS Health Check and Screening Services
Lot 6: Integrated Service Delivery Partnerships

two.1.5) Estimated total value

Value excluding VAT: £1,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 Sexual Health Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85111320 - Obstetrical hospital services
  • 85141100 - Services provided by midwives
  • 85111800 - Pathology services
  • 85111810 - Blood analysis services
  • 85111820 - Bacteriological analysis services
  • 85121210 - Gyneacologic or obstetric services
  • 85141000 - Services provided by medical personnel
  • 85141220 - Advisory services provided by nurses
  • 85148000 - Medical analysis services
  • 85149000 - Pharmacy services
  • 85323000 - Community health services
  • 85111310 - In vitro fertilisation services
  • 85141200 - Services provided by nurses
  • 85145000 - Services provided by medical laboratories
  • 85312330 - Family-planning services
  • 85121270 - Psychiatrist or psychologist services
  • 85312500 - Rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Focuses on open-access, inclusive sexual and reproductive health services. Key components include:
• STI screening and treatment (e.g. chlamydia, HIV)
• Contraceptive services including LARC
• Fertility and reproductive health support
• Psychosexual counselling and trauma-informed care
• Youth-friendly and culturally sensitive delivery

---

The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.

Airedale NHS Foundation Trust
Barnsley Facilities Services Ltd (wholly owned subsidiary of Barnsley Hospital NHS Foundation Trust)
Barnsley Hospital NHS Foundation Trust
Bradford District Care NHS Foundation Trust
Bradford Teaching Hospitals NHS Foundation Trust
Calderdale and Huddersfield NHS Foundation Trust
Calderdale and Huddersfield Solutions Ltd (wholly owned subsidiary of Calderdale and Huddersfield NHS Foundation Trust)
Chesterfield Royal Hospital NHS Foundation Trust
Derbyshire Community Health Services NHS Foundation Trust
Derbyshire Support and Facilities Services Ltd (wholly owned subsidiary of Chesterfield Royal Hospitals NHS Foundation Trust)
Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust
Harrogate and District NHS Foundation Trust
Harrogate Healthcare Facilities Management Ltd (wholly owned subsidiary of Harrogate and District NHS Foundation Trust)
Hull University Teaching Hospitals NHS Trust
Humber Teaching NHS Foundation Trust
Leeds and York Partnership NHS Foundation Trust
Leeds Community Healthcare NHS Trust
Leeds Teaching Hospitals NHS Trust
Leicestershire Partnership NHS Trust
Lincolnshire Community Health Services NHS Trust
Lincolnshire Partnership NHS Foundation Trust
Locala Community Partnerships CIC
Manx Care
Mid Yorkshire Teaching Hospitals NHS Trust
NHS South Yorkshire Integrated Care Board
Northern Care Alliance NHS Foundation Trust
Northern Lincolnshire and Goole NHS Foundation Trust
Nottingham University Hospitals NHS Trust
Nottinghamshire Healthcare NHS Foundation Trust
Rotherham, Doncaster and South Humber NHS Foundation Trust
Sheffield Children's NHS Foundation Trust
Sheffield Health & Social Care NHS Foundation Trust
Sheffield Teaching Hospitals NHS Foundation Trust
Sherwood Forest Hospitals NHS Foundation Trust
South West Yorkshire Partnership NHS Foundation Trust
The Newcastle upon Tyne Hospitals NHS Foundation Trust
The Rotherham NHS Foundation Trust
United Lincolnshire Hospitals NHS Trust
University Hospitals of Derby and Burton NHS Foundation Trust
University Hospitals of Leicester NHS Trust
York and Scarborough Teaching Hospitals NHS Foundation Trust
York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York and Scarborough Teaching Hospital NHS Foundation Trust)
Yorkshire Ambulance Service NHS Trust

A full list of current NHS PiP members is available at all times on the below websites;
http://noecpc.nhs.uk/current-members
https://www.commercialsolutions-sec.nhs.uk/
https://www.lpp.nhs.uk/about-nhs-london-procurement-partnership/our-members/
https://www.eoecph.nhs.uk/

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members
and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.

See Section II.2.11 and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations:
The NHS in England (National Health Service for the United Kingdom) including but not limited to: Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at:
https://www.england.nhs.uk/publication/nhs-provider-directory
Integrated Care Systems (ICS’s)
https://www.england.nhs.uk/system-and-organisational-oversight/system-directory/
Integrated Care Boards (ICB’s)
https://www.nhs.uk/nhs-services/find-your-local-integrated-care-board/
Department of Health:
https://www.gov.uk/government/organisations/department-of-health
Arm’s Length Bodies:
https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations:
https://www.england.nhs.uk/category/stp/
NHS England:
https://www.england.nhs.uk/
Organisation involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services who are a party to any of the following contracts:
- General Medical Services (GMS)
- Personal Medical Services (PMS)
- Alternative Provider Medical Services (APMS)

The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:
NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales:

Continued at Section VI.3 Additional Information

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 Drug, Alcohol, and Addiction Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85121271 - Home for the psychologically disturbed services
  • 85143000 - Ambulance services
  • 85312500 - Rehabilitation services
  • 85323000 - Community health services
  • 85121270 - Psychiatrist or psychologist services
  • 85149000 - Pharmacy services
  • 85112200 - Outpatient care services
  • 85111800 - Pathology services
  • 85111810 - Blood analysis services
  • 85111820 - Bacteriological analysis services
  • 85148000 - Medical analysis services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Covers integrated support for substance misuse and behavioural addictions:
• Alcohol and drug dependency treatment (including detox and harm reduction)
• Rehabilitation and aftercare
• Gambling and behavioural addiction support
• Point-of-care testing (POCT) for substances
• Strong links with mental health, housing, and justice services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £300,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 3 Behavioural Changes and Prevention

Lot No

3

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85142100 - Physiotherapy services
  • 85312500 - Rehabilitation services
  • 85121250 - Gastroenterologist and geriatric services
  • 85323000 - Community health services
  • 85121251 - Gastroenterologist services
  • 85121220 - Nephrology or nervous system specialist services
  • 85121230 - Cardiology services or pulmonary specialists services
  • 85149000 - Pharmacy services
  • 85121270 - Psychiatrist or psychologist services
  • 85144000 - Residential health facilities services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Targets lifestyle-related risk factors and long-term health improvement:
• Weight management (Tier 1–3), including support for GLP-1 medications
• Diabetes prevention programmes
• Physical activity initiatives and social prescribing
• Smoking cessation services
• Mental health and wellbeing promotion (e.g. resilience training, peer support)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £250,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 4 Child Health Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85111320 - Obstetrical hospital services
  • 85111300 - Gynaecological hospital services
  • 85121210 - Gyneacologic or obstetric services
  • 85141100 - Services provided by midwives
  • 85141200 - Services provided by nurses
  • 85312330 - Family-planning services
  • 85323000 - Community health services
  • 85141220 - Advisory services provided by nurses
  • 85323000 - Community health services
  • 85121291 - Paediatric services
  • 85121270 - Psychiatrist or psychologist services
  • 85121291 - Paediatric services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Provides life-course health interventions from prenatal to adolescence:
• Maternal and infant health (e.g. breastfeeding, immunisations)
• Early years development (e.g. health reviews, injury prevention)
• School-age and adolescent health (e.g. immunisations, mental health, sexual health education)
• Targeted support for vulnerable groups (e.g. looked-after children, NEET youth)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 5: NHS Health Check and Screening Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85148000 - Medical analysis services
  • 85323000 - Community health services
  • 85149000 - Pharmacy services
  • 85121270 - Psychiatrist or psychologist services
  • 85111800 - Pathology services
  • 85148000 - Medical analysis services
  • 85121230 - Cardiology services or pulmonary specialists services
  • 85121231 - Cardiology services
  • 85121252 - Geriatric services
  • 85111800 - Pathology services
  • 85111810 - Blood analysis services
  • 85111820 - Bacteriological analysis services
  • 85150000 - Medical imaging services
  • 85323000 - Community health services
  • 85111820 - Bacteriological analysis services
  • 85111800 - Pathology services
  • 85148000 - Medical analysis services
  • 85121252 - Geriatric services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Delivers preventive screening and early detection services:
• NHS Health Checks for adults aged 40–74
• Cardiovascular and metabolic screening
• Cancer screening support (e.g. cervical, bowel)
• Infectious disease screening (e.g. TB, HIV)
• Mental health and wellbeing screening
• Targeted checks for high-risk and elderly populations

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £50,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 6 Integrated Service Delivery Partnerships

Lot No

6

two.2.2) Additional CPV code(s)

  • 85100000 - Health services
  • 85100000 - Health services
  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

two.2.4) Description of the procurement

Enables collaborative, joined-up delivery across multiple lots:
• Supports partnership bids, joint ventures, and managed services
• Encourages whole-pathway, person-centred care
• Emphasises interoperability, shared governance, and innovation
• Designed to reduce fragmentation and improve outcomes across systems

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

See Section(s) II.2.4, II.2.11 (within Lot 1) and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See PSQ/ITT

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See PSQ/ITT


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This is a 4 year framework

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-009475

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 February 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 January 2026

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this framework agreement is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contract Regulations 2015 and the Procurement Act 2023 do not apply.

http://www.wales.nhs.uk/nhswalesaboutus/structure
NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at:
http://www.scot.nhs.uk/organisations/
Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies:
http://online.hscni.net/
Social Enterprise UK:
https://www.socialenterprise.org.uk
Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils)
Local Councils in England, Scotland and Wales:
https://www.gov.uk/find-local-council
Local Authority Councils in Northern Ireland:
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health & Social Care:
https://www.gov.im/about-the-government/departments/health-and-social-care/
The States of Jersey Government and administration including all Government Departments including but not limited to: Health & Social Services:
https://www.gov.je/Government/Departments/Pages/default.aspx
The States of Guernsey (Parliament and government) including but not limited to the Committee for Health & Social Care:
https://www.gov.gg/article/152954/Health-and-Social-Services-Department
Educational Establishments in England including schools and colleges:
https://get-information-schools.service.gov.uk/
Schools in Wales:
https://gov.wales/address-list-schools
Further Education and 6th Form Colleges in the UK:
https://www.gov.uk/government/publications/further-education-colleges-in-the-uk
Higher Education Recognised or listed bodies in the UK offering degree-level courses:
https://www.gov.uk/check-a-university-is-officially-recognised
Schools in Scotland including primary, secondary and special schools:
https://education.gov.scot/parentzone/
Educational Establishments in Scotland:
http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments
Schools and Educational Establishments in Northern Ireland:
https://www.education-ni.gov.uk/services/schools-plus
Higher Education Universities and Colleges in Northern Ireland:
https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces.
https://www.police.uk/pu/find-a-police-force/
England Fire and Rescue Services
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
Scottish Fire & Rescue Services
http://www.firescotland.gov.uk/your-area.aspx
Welsh Fire & Rescue Services
https://www.gov.wales/fire-rescue
Northern Ireland Fire & Rescue Service
https://www.nifrs.org/
UK Maritime & Coastguard Agency
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening
Registered charities in England and Wales:
https://www.gov.uk/find-charity-information
Registered charities in Scotland:
https://www.oscr.org.uk/charities
Registered charities in Northern Ireland:
http://www.charitycommissionni.org.uk/charity-search/
Ministry of Defence (MOD):
https://www.gov.uk/government/organisations/ministry-of-defence
Ministry of Justice (MOJ):
https://www.gov.uk/browse/justice/prisons-probation
Registered social landlords, government funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives.
England:
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Scotland:
https://www.housingregulator.gov.scot/landlord-performance/landlords
Wales:
http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
Northern Ireland:
https://www.nidirect.gov.uk/contacts/housing-associations
Any other public sector and government organisations, including, but not limited to, those listed at; Departments, agencies and public bodies
https://www.gov.uk/government/organisations

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

NOE CPC will incorporate a minimum 8 working day standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 12 of the Provider Selection Regime 2023.

Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process.

NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.