Framework for the Supply of Textile Healthcare Products (THP) (R3)

  • Northumbria Healthcare Facilities Management Limited

F14: Notice for changes or additional information

Notice identifier: 2023/S 000-007432

Procurement identifier (OCID): ocds-h6vhtk-03565d

Published 14 March 2023, 3:18pm



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

Email

carl.slater@northumbria-healthcare.nhs.uk

Telephone

+44 7773166952

Country

United Kingdom

Region code

UKC21 - Northumberland

Internet address(es)

Main address

https://nhfm.co.uk/

Buyer's address

https://nhfm.co.uk/


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.