Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd
Don Valley House, Saville Street East
Sheffield
S4 7UQ
Contact
Bob Mason
Telephone
+44 7920586905
Country
United Kingdom
NUTS code
UKE32 - Sheffield
National registration number
528867
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
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
Disposable Cubicle, Shower and Window Curtains 2021
two.1.2) Main CPV code
- 39515000 - Curtains, drapes, valances and textile blinds
two.1.3) Type of contract
Supplies
two.1.4) Short description
Non-exclusive framework agreement for the supply of Anti-Microbial treated and Non Treated disposable cubicle, shower and window curtains direct to customers via the eDirect or Direct route to market. This framework agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months.
It is anticipated that in the first 24 months of the framework agreement the value of purchases will be circa GBP 11 930 000 and if extended the 4-year purchase value will be in the region of GBP 23 860 000, however this is approximate only and includes a forecast for growth. The values may vary depending on the requirements of those bodies purchasing under the framework agreement.
two.1.5) Estimated total value
Value excluding VAT: £23,860,000
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
Anti-Microbial Treated Curtains
Lot No
1
two.2.2) Additional CPV code(s)
- 19732000 - Polypropylene
- 39515100 - Curtains
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Various locations within the UK
two.2.4) Description of the procurement
Anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to:
— eyelet
— ‘Internal hanging type’ mechanism
— ‘External hanging type’ mechanism.
Curtains with other types of hanging mechanisms can be offered as additional lines.
The curtains have non-detachable fittings, date and curtain change labels and curtain hooks.
It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required.
The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes.
The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission;
ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2105 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant).
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 15%
Quality criterion - Name: Resilience / Weighting: 5%
Price - Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £5,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months.
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
It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 2 800 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 5 600 000 excluding VAT.
two.2) Description
two.2.1) Title
Non Anti-Microbial Treated Curtains
Lot No
2
two.2.2) Additional CPV code(s)
- 19732000 - Polypropylene
- 39515100 - Curtains
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
Various locations within the UK
two.2.4) Description of the procurement
Non anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to:
— eyelet
— ‘Internal hanging type’ mechanism
— ‘External hanging type’ mechanism.
Curtains with other types of hanging mechanisms can be offered as additional lines.
The curtains have non-detachable fittings, date and curtain change labels and curtain hooks.
It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required.
The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes.
The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission;
ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2105 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant).
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 15%
Quality criterion - Name: Resilience / Weighting: 5%
Price - Weighting: 80%
two.2.6) Estimated value
Value excluding VAT: £18,260,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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
This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months.
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
It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 9 130 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 18 260 000 excluding VAT.
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
Applicants should refer to II.2) of this contract notice for further details in respect of appointment to the individual lots across the framework agreement.
Applicants may bid for one or both lots and applicants should refer to the Invitation to Tender for more information in respect of this.
The term of contracts formed under the framework agreement may continue beyond the end of the term of the framework agreement itself.
NHS Supply Chain expects to provide successful suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives. NHS Supply Chain will share savings information in order to assist its customers with making informed procurement decisions.
NHS Supply Chain 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;
3) any government department, agency or other statutory body (for the avoidance of doubt including local authorities); 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. Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt and notwithstanding the estimate indicated at II.2.6), NHS Supply Chain does not guarantee any level of purchase through the framework and advises applicants that the framework shall be established on a non-exclusive basis.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.
All communications must be made through NHS Supply Chain's eTendering portal at https://nhssupplychain.app.jaggaer.com/ using the Message Centre facility linked to this particular contract notice. Please note that the maximum number of suppliers as set out in IV.1.3) is an estimate only.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Parent company or other guarantees may be required in certain circumstances. Further details will be in the
tender documents.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
The contracting authority reserves the right to require groupings of entities to take a particular form or to require
one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The framework agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain code of conduct.
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
Envisaged maximum number of participants to the framework agreement: 15
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 050-119881
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 March 2021
Local time
3:00pm
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 March 2021
Local time
9:00am
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
Accessing the tender:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/
Applicants wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal as follows:
Registration:
1) use URL https://nhssupplychain.app.jaggaer.com/ to access the NHS Supply Chain Procurement portal;
2) if not yet registered:
— click on the ‘Register Here’ link to access the registration page,
— complete the registration pages.
Portal access:
If registration has been completed:
— login with URL https://nhssupplychain.app.jaggaer.com/
— Applicants should download the Supplier Userguide located within the eProcurement portal.
— Select “My ITT’s”,
— Select the three ”…” to the top right hand side of the screen.
— Select “Help for Suppliers”. This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid.
Support:
Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on;
Tel: 0800 069 8630
Email: help_uk@jaggaer.com
six.4) Procedures for review
six.4.1) Review body
Not applicable
Not applicable
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).
NHS Supply Chain is not liable for any costs (including any third-party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.