Section one: Contracting authority/entity
one.1) Name and addresses
Northumbria Healthcare Facilities Management Limited
Units 7&8 Silver Fox Way, Cobalt Business Park
Tyne and Wear
NE27 0QJ
Contact
Mr Carl Slater
carl.slater@northumbria-healthcare.nhs.uk
Telephone
+44 7773166952
Country
United Kingdom
Region code
UKC21 - Northumberland
Internet address(es)
Main address
Buyer's address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework for the Supply of Textile Healthcare Products (THP) (R3)
Reference number
DN660422
two.1.2) Main CPV code
- 19000000 - Leather and textile fabrics, plastic and rubber materials
two.1.3) Type of contract
Supplies
two.1.4) Short description
This is a call for competition to establish a Multi Lot Framework of key suppliers to supply
Textile Healthcare Products (THP) to the Contracting Authority’s manufacturing site at
Seaton Delaval in the North East of England.
This Framework Agreement can be accessed by:
Northumbria Healthcare Facilities Management Ltd (the Authority) a wholly owned
subsidiary of Northumbria Healthcare NHS Foundation Trust.
The Framework comprises of 7 Lots:
LOT NUMBER and LOT TITLE
1 Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes
2 Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons
3 Component parts used in the manufacture of Scrub Tops and Trousers, Smart Scrubs, Pillows (Standard and Small), Waffle Summers Blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and Cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Posy Mitts, Kit Bags, Window Curtains, Slipperets (Grip Socks), Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Knitted Underwear, Threads
4 Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns
5 Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations.
6 Components parts used in the manufacture of Type II R Masks
7 Supply of an anti-viral & anti-bacterial solution that captures and eradicate >99% of viruses and microorganisms, including COVID-19, S. aureus, P. aeruginosa, and E. Coli in 10 mins contact time. The product must be non-cytotoxic and safe for human use and not contain heavy metals or utilise metallic ions
Tenders will be evaluated as follows:
Selection Questionnaire
Quality Evaluation
Commercial evaluation
Each tender will be evaluated based on the most economically advantageous tender (MEAT)
based on the following:
Quality 60% and Price 40%
All components will be evaluated individually in accordance with the above criteria.
To be successful in gaining a place on the Framework Agreement, a combined minimum
Quality/Cost score of 60% must be achieved against each component bid for, subject to
passing all stages of the evaluation process.
The Contracting Authority makes no guarantee as to the volumes of business or any business
on offer and any figures / quantities / volumes stated are indicative and there for guidance
only for costing purposes.
Call Offs for Goods/Services under the framework will be made either via a direct award or a
further competition depending on the requirement and the scope of the services, and solely
at the discretion of the Contracting Authority.
Further information in relation to call off criteria can be found within Schedule 7 of the Call-
Off Terms and Conditions.
Further details of the Contracting Authority’s requirements under the Contract and other
relevant information are detailed in the Specification at Schedule 2.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2023/S 000-007422
Section seven. Changes
seven.1.2) Text to be corrected in the original notice
Section number
II.1.4
Place of text to be modified
Short description
Instead of
Text
This is a call for competition to establish a Multi Lot Framework of key suppliers to supply
Textile Healthcare Products (THP) to the Contracting Authority’s manufacturing site at
Seaton Delaval in the North East of England.
This Framework Agreement can be accessed by:
Northumbria Healthcare Facilities Management Ltd (the Authority) a wholly owned
subsidiary of Northumbria Healthcare NHS Foundation Trust.
The Framework comprises of 11 Lots:
LOT NUMBER and LOT TITLE
1 Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use
Sterile/Non-Sterile Drapes
2 Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons
3 Component parts used in the manufacture of Scrub Tops and Trousers, Pillows (Standard
and Small), Waffle Summers blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and
cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Patient Safety Mitts, Kit Bags,
Window Curtains, Slipperets (Grip Socks), (Patient Gowns, Reusable Warmup Jacket,
Reusable Sterile Gowns, Smart Scrubs, Fleece Blankets
4 Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up
Jackets, Disposable Scrubs, Patient Examination Gowns
5 Component parts used in the manufacture of soft furnishing items and furniture to meet
healthcare & domestic contract regulations.
6 Components parts used in the manufacture of Type II R Masks
7 Components parts used in the manufacture clothing, bedding and various bags. sheets,
trousers, laundry bags and curtains
8 Components parts used in the manufacture clothing such as T-shirts and sweat shirts.
9 Components parts used in the manufacture sandbags.
10 Components parts used in the manufacture of leather goods, and also this lot includes
foam board for manufacturing insoles.
11 Supply Supply of an anti-viral & anti-bacterial solution that captures and eradicate >99%
of viruses and microorganisms, including COVID-19, S. aureus, P. aeruginosa, and E. Coli in
10 mins contact time. The product must be non-cytotoxic and safe for human use and not
contain heavy metals or utilise metallic ions.
Tenders will be evaluated as follows:
Selection Questionnaire
Quality Evaluation
Commercial evaluation
Each tender will be evaluated based on the most economically advantageous tender (MEAT)
based on the following:
Quality 60% and Price 40%
All components will be evaluated individually in accordance with the above criteria.
To be successful in gaining a place on the Framework Agreement, a combined minimum
Quality/Cost score of 60% must be achieved against each component bid for, subject to
passing all stages of the evaluation process.
The Contracting Authority makes no guarantee as to the volumes of business or any business
on offer and any figures / quantities / volumes stated are indicative and there for guidance
only for costing purposes.
Call Offs for Goods/Services under the framework will be made either via a direct award or a
further competition depending on the requirement and the scope of the services, and solely
at the discretion of the Contracting Authority.
Further information in relation to call off criteria can be found within Schedule 7 of the Call-
Off Terms and Conditions.
Further details of the Contracting Authority’s requirements under the Contract and other
relevant information are detailed in the Specification at Schedule 2.
Read
Text
This is a call for competition to establish a Multi Lot Framework of key suppliers to supply
Textile Healthcare Products (THP) to the Contracting Authority’s manufacturing site at
Seaton Delaval in the North East of England.
This Framework Agreement can be accessed by:
Northumbria Healthcare Facilities Management Ltd (the Authority) a wholly owned
subsidiary of Northumbria Healthcare NHS Foundation Trust.
The Framework comprises of 7 Lots:
LOT NUMBER and LOT TITLE
1 Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes
2 Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons
3 Component parts used in the manufacture of Scrub Tops and Trousers, Smart Scrubs, Pillows (Standard and Small), Waffle Summers Blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and Cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Posy Mitts, Kit Bags, Window Curtains, Slipperets (Grip Socks), Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Knitted Underwear, Threads
4 Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns
5 Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations.
6 Components parts used in the manufacture of Type II R Masks
7 Supply of an anti-viral & anti-bacterial solution that captures and eradicate >99% of viruses and microorganisms, including COVID-19, S. aureus, P. aeruginosa, and E. Coli in 10 mins contact time. The product must be non-cytotoxic and safe for human use and not contain heavy metals or utilise metallic ions
Tenders will be evaluated as follows:
Selection Questionnaire
Quality Evaluation
Commercial evaluation
Each tender will be evaluated based on the most economically advantageous tender (MEAT)
based on the following:
Quality 60% and Price 40%
All components will be evaluated individually in accordance with the above criteria.
To be successful in gaining a place on the Framework Agreement, a combined minimum
Quality/Cost score of 60% must be achieved against each component bid for, subject to
passing all stages of the evaluation process.
The Contracting Authority makes no guarantee as to the volumes of business or any business
on offer and any figures / quantities / volumes stated are indicative and there for guidance
only for costing purposes.
Call Offs for Goods/Services under the framework will be made either via a direct award or a
further competition depending on the requirement and the scope of the services, and solely
at the discretion of the Contracting Authority.
Further information in relation to call off criteria can be found within Schedule 7 of the Call-
Off Terms and Conditions.
Further details of the Contracting Authority’s requirements under the Contract and other
relevant information are detailed in the Specification at Schedule 2.