Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain – Hotel Services is operated by North of England Commercial Procurement Collaborative (‘NOE CPC’) (who are hosted by Leeds and York Partnership NHS Foundation Trust) is acting on behalf of Supply Chain Coordination Ltd
Don Valley House, Saville Street East
Sheffield
S4 7UQ
Contact
Elisa Lamb - Category Procurement Specialist (National Ambulance Uniforms)
Telephone
+44 7815923205
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
National registration number
UKE32
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Additional information can be obtained from 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://nhssupplychain.app.jaggaer.com/
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Ambulance Uniform and General Workwear
two.1.2) Main CPV code
- 18000000 - Clothing, footwear, luggage articles and accessories
two.1.3) Type of contract
Supplies
two.1.4) Short description
National Ambulance Uniform and General Workwear items for Ambulance service personnel, comprising of:
Helmet, Trouser, Footwear, Shirt, Polo Shirt, Hi Viz jacket, High Viz Tabard, Soft Shell, Canvas and Leather Belt, Waterproof and Padded garment
As the main provider into the NHS, we estimate the contract value per annum to be between £4,000,000 to £6,000,000 (£24,000,000 and £32,000,000 GBP for the contract term). We are proposing a 6 year Framework duration with no option to extend. The use of E-auction is being considered in-conjunction with the evaluation process in the tender.
Appointed suppliers will be responsible for the storage and distribution of goods to Trusts. Suppliers will be required to provide a managed service and an automated ordering facility which will provide management information to the Trusts. Suppliers may be appointed to an individual lot or to both lots
two.1.5) Estimated total value
Value excluding VAT: £32,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Core Uniform Garments
Lot No
1
two.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
- 18110000 - Occupational clothing
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18143000 - Protective gear
- 18220000 - Weatherproof clothing
- 18230000 - Miscellaneous outerwear
- 18234000 - Trousers
- 18235000 - Pullovers, cardigans and similar articles
- 18330000 - T-shirts and shirts
- 18332000 - Shirts
- 18410000 - Special clothing
- 18444110 - Helmets
- 18832000 - Special footwear
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
To supply a range of Core uniform garments as specified within the invitation to tender including but not limited to - Shirts, Trousers, Fleeces, Soft Shells, T-shirts, Polo Shirts, Hi-Viz Coats, Hi-Viz Tabards, belts, helmets and Boots, in order to fulfil the generic requirements within the healthcare environment
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 3,000,000 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.
two.2) Description
two.2.1) Title
General Workwear Items
Lot No
2
two.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
To supply a range of General Work Wear for Ambulance Trusts which include but are not limited to - Non Core Uniforms, Non Core Personal Protective Equipment to fulfil the generic requirements within the healthcare environment
two.2.14) Additional information
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 1,500,000 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.
two.3) Estimated date of publication of contract notice
22 March 2021
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section six. Complementary information
six.3) Additional information
The purpose of this notice is to draw attention to the procurement exercise that NHS Supply Chain: Hotel Services intends to commence during the subsequent months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.
We propose to hold a Supplier Webinar in February/March 2021 to outline the procurement exercise, before the tender is published in March 2021. Please note that the proposed months are subject to change.
Please register your interest in this PIN via the Jaggaer e-Tendering system https://nhssupplychain.app.jaggaer.com/. We will send further details to interested parties via the Jaggaer Messaging System regarding the date, time and format of the suppler webinar in due course.
To assist with pre-tender supplier engagement and scoping of the procurement exercise, interested parties are advised to express interest via the Jaggaer system. We are working with the NHS National Ambulance Uniform User Group to devise final specifications. High Street Testing will be involved with the testing of samples as part of the procurement exercise.
Further information with regards to exact specifications will be provided in the tender publication.
Whilst it is anticipated that initial expenditure under any forthcoming procurement will be in the region of £4,500,000 per annum for this contract award, this is approximate only and the values will be to such level as those purchasing under the Framework Agreement consider necessary to provide suitable requirements.
NHS Supply Chain Hotel Services intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity. Only NHS Supply Chain can order from the Framework Agreement and enter into contracts under it.
NHS Supply Chain Hotel Services is currently considering the use of lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the lot strategy will be set out in the notice for the forthcoming procurement.
If you have any queries regarding the NHS Jaggaer Eprocurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaeggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com