Section one: Contracting authority
one.1) Name and addresses
East Of England NHS Collaborative Hub
Victoria House, Capital Park, Fulbourn, Cambridge, CB21 5XB
Cambridge
CB21 5XB
Contact
Mo Aminu
Telephone
+44 7798691463
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
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://eoecph.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://eoecph.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
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
U V Infection Control — Equipment Supply, Services and the Provision of Associated Bespoke Decontamination Solutions
Reference number
19081
two.1.2) Main CPV code
- 42924720 - Decontamination equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The East of England NHS Collaborative Procurement Hub (EoECPH) are looking to engage with potential suppliers with the capability for the supply and provision of U V Infection Control Equipment and other related services and/or bespoke solutions described in the tender documents.
Products within this scope of tender are expected to include (but not limited to) decontamination systems and services, mobile UV-C devices, fixed UV-C devices, temporary and fixed ex-stock and/or bespoke modular designed on site installations, permanent or temporary buildings. The requirements of effective decontamination needs are in accordance with current (as at date notice publication) UK National and International Legislation and recognised standards of supply, design and installation.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
two.2) Description
two.2.1) Title
UV-C Fixed and Mobile
Lot No
1
two.2.2) Additional CPV code(s)
- 33191000 - Sterilisation, disinfection and hygiene devices
- 42924720 - Decontamination equipment
- 85000000 - Health and social work services
- 85111000 - Hospital services
- 90722200 - Environmental decontamination services
- 90920000 - Facility related sanitation services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Regions across the UK
two.2.4) Description of the procurement
The East of England NHS Collaborative Procurement Hub are looking to engage with potential suppliers that have the capability to supply on outright purchase, lease and or rental of fixed and or mobile UV-C decontamination devices and equipment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: No
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.2.14) Additional information
Total potential contract period will be 48 Months this includes 1 option to extend the initial contract period of 36 months by 1 separate 12 Month extension period.
two.2) Description
two.2.1) Title
Decontamination and Isolation Solutions — Flexible Modular Built ex stock and or Customisable Temporary and Permanent Structures
Lot No
2
two.2.2) Additional CPV code(s)
- 33191000 - Sterilisation, disinfection and hygiene devices
- 42924720 - Decontamination equipment
- 85000000 - Health and social work services
- 85110000 - Hospital and related services
- 90722200 - Environmental decontamination services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Regions across the UK
two.2.4) Description of the procurement
The East of England NHS Collaborative Procurement Hub are seeking to engage with potential suppliers that have the capability to supply, design deliver, construct install and maintain and or provide an up to date catalogue or range of ex stock temporary or purpose built permanent modular structures pre-fabricated buildings, structures and products on an outright purchase, lease and or rental basis for the purpose of but not limited to for example providing effective and efficient decontamination accommodation solutions enabling testing of staff for infections before they enter a workplace, or a facility to safely don and doff PPE at where required
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: No
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.2.14) Additional information
Total potential contract period will be 48 Months this includes 1 option to extend the initial contract period of 36 months by 1 separate 12 Month extension period.
two.2) Description
two.2.1) Title
Fully Managed Solution
Lot No
3
two.2.2) Additional CPV code(s)
- 33191000 - Sterilisation, disinfection and hygiene devices
- 42924720 - Decontamination equipment
- 79410000 - Business and management consultancy services
- 85000000 - Health and social work services
- 85110000 - Hospital and related services
- 90722200 - Environmental decontamination services
- 90920000 - Facility related sanitation services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Regions across the UK
two.2.4) Description of the procurement
Lot 3 is a locked lot and as such will not be evaluated. It is intended that Lot 3 will only be made available to Suppliers awarded to both Lots 1 and 2. Suppliers must be able to provide a varying combination of service delivery package options as required by Beneficiaries.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: No
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.2.14) Additional information
Total potential contract period will be 48 Months this includes 1 option to extend the initial contract period of 36 months by 1 separate 12 Month extension period.
two.2) Description
two.2.1) Title
Advisory and Consultancy Services (Includes Lots1-3)
Lot No
4
two.2.2) Additional CPV code(s)
- 33191000 - Sterilisation, disinfection and hygiene devices
- 42924720 - Decontamination equipment
- 79410000 - Business and management consultancy services
- 85000000 - Health and social work services
- 85110000 - Hospital and related services
- 90722200 - Environmental decontamination services
- 90920000 - Facility related sanitation services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Regions across the UK
two.2.4) Description of the procurement
Providers awarded to Lot 4 will have the capacity to provide timely delivery of relevant advisory and consultancy support services to Beneficiary organisations covering the scope of requirements in Lots 1,2 and 3.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: No
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.2.14) Additional information
Total potential contract period will be 48 Months this includes 1 option to extend the initial contract period of 36 months by 1 separate 12 Month extension period.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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
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: 2020/S 169-410304
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 March 2021
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
Tender must be valid until: 31 May 2021
four.2.7) Conditions for opening of tenders
Date
4 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
NHS Resolution
London
Country
United Kingdom