Section one: Contracting authority
one.1) Name and addresses
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Savile Street East,
Sheffield
S4 7UQ
Contact
Paul Dunn-Jones
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://in-tendhost.co.uk/noecpc
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Pharmacy Clean Room and the Related Consumables
Reference number
CPC 03593
two.1.2) Main CPV code
- 90910000 - Cleaning services
two.1.3) Type of contract
Services
two.1.4) Short description
The aim of this tender is for NHS North of England Commercial Procurement Collaborative (NOECPC) to look at all possible methods of creating an accessible and valuable framework for the provision of any or all three lots for provision of goods and service within the Pharmacy Clean Room Framework that benefits both our member trusts and you as a supplier.Lot 1 - Pharmacy Clean Room GarmentsLot 2 - Provision of mops including processingLot 3 - Pharmacy specific clean room consumables
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £38,000,000
two.2) Description
two.2.1) Title
Pharmacy Clean Room Garments
Lot No
1
two.2.2) Additional CPV code(s)
- 18800000 - Footwear
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 39330000 - Disinfection equipment
- 18100000 - Occupational clothing, special workwear and accessories
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
two.2.4) Description of the procurement
Lot 1 Pharmacy Clean Room GarmentsThis lot is for the rental, purchase, and laundering service of cleanroom garments to support the licensed and unlicensed aseptic and radio pharmacy facilities at our member trusts.The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.Barnsley Facilities Services Limited, Barnsley Hospital NHS Foundation TrustBradford Teaching Hospitals NHS Foundation TrustCalderdale and Huddersfield Solutions Limited, Calderdale and Huddersfield NHS Foundation TrustDerbyshire Community Health Services NHS Foundation TrustDerbyshire Support and Facilities Services Limited, Chesterfield Royal Hospital NHS Foundation TrustDoncaster and Bassetlaw Teaching Hospitals NHS Foundation TrustHarrogate Healthcare Facilities Management Ltd, Harrogate and District NHS Foundation TrustHumber Teaching NHS Foundation TrustIsle of Man Department of Health & Social CareJames Paget University Hospitals NHS Foundation TrustLeeds and York Partnership NHS Foundation TrustLeeds Community Healthcare NHS TrustLeeds Teaching Hospitals NHS TrustLeicestershire Partnership NHS TrustLincolnshire Community Health Services NHS TrustLincolnshire Partnership NHS Foundation TrustLocala Community PartnershipsMid Yorkshire Hospitals NHS TrustNorthern Lincolnshire and Goole NHS Foundation TrustSheffield Children's NHS Foundation TrustSheffield Health & Social Care NHS Foundation TrustSheffield Teaching Hospitals NHS Foundation TrustSherwood Forest Hospitals NHS Foundation TrustThe Newcastle Upon Tyne Hospitals NHS Foundation TrustThe Rotherham NHS Foundation TrustUnited Lincolnshire Hospitals NHS TrustUniversity Hospitals of Derby and Burton NHS Foundation TrustUniversity Hospitals of Leicester NHS TrustYork Teaching Hospital NHS Foundation TrustYorkshire Ambulance Service NHS TrustNOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-membersand any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
two.2.5) Award criteria
Quality criterion - Name: Technical and Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations:The NHS in England (National Health Service for the United Kingdom) including but not limited toFoundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at:https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspxClinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspxArea Teams:https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspxSpecial Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspxNHS Improvement:https://improvement.nhs.uk/Department of Health:https://www.gov.uk/government/organisations/department-of-healthArm’s Length Bodies:https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisationsSustainability and Transformation Partnerships (STPs) and their individual constituent organisations:https://www.england.nhs.uk/stps/view-stps/NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.CCG: https://www.england.nhs.uk/resources/ccg-directory/CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/The Clinical Commissioning Board, Area Teams:https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:a) who are a party to any of the following contracts:- General Medical Services (GMS)- Personal Medical Services (PMS)- Alternative Provider Medical Services (APMS) and/orb) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales:http://www.wales.nhs.uk/nhswalesaboutus/structureNHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at:http://www.scot.nhs.uk/organisations/Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies:http://online.hscni.net/Social Enterprise UK: https://www.socialenterprise.org.ukLocal Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales:https://www.gov.uk/find-local-councilLocal Authority Councils in Northern Ireland:https://www.nidirect.gov.uk/contacts/local-councils-in-northern-irelandContinued at Section VI.3 Additional Information.
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
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
two.2) Description
two.2.1) Title
Provision of mops including processing
Lot No
2
two.2.2) Additional CPV code(s)
- 90910000 - Cleaning services
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 39330000 - Disinfection equipment
- 39830000 - Cleaning products
- 39831240 - Cleaning compounds
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
two.2.4) Description of the procurement
Lot 2 Provision of mops including processingA full sterile mop provision service which shall include a complete cleaning and refreshing service.The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.Barnsley Facilities Services Limited, Barnsley Hospital NHS Foundation TrustBradford Teaching Hospitals NHS Foundation TrustCalderdale and Huddersfield Solutions Limited, Calderdale and Huddersfield NHS Foundation TrustDerbyshire Community Health Services NHS Foundation TrustDerbyshire Support and Facilities Services Limited, Chesterfield Royal Hospital NHS Foundation TrustDoncaster and Bassetlaw Teaching Hospitals NHS Foundation TrustHarrogate Healthcare Facilities Management Ltd, Harrogate and District NHS Foundation TrustHumber Teaching NHS Foundation TrustIsle of Man Department of Health & Social CareJames Paget University Hospitals NHS Foundation TrustLeeds and York Partnership NHS Foundation TrustLeeds Community Healthcare NHS TrustLeeds Teaching Hospitals NHS TrustLeicestershire Partnership NHS TrustLincolnshire Community Health Services NHS TrustLincolnshire Partnership NHS Foundation TrustLocala Community PartnershipsMid Yorkshire Hospitals NHS TrustNorthern Lincolnshire and Goole NHS Foundation TrustSheffield Children's NHS Foundation TrustSheffield Health & Social Care NHS Foundation TrustSheffield Teaching Hospitals NHS Foundation TrustSherwood Forest Hospitals NHS Foundation TrustThe Newcastle Upon Tyne Hospitals NHS Foundation TrustThe Rotherham NHS Foundation TrustUnited Lincolnshire Hospitals NHS TrustUniversity Hospitals of Derby and Burton NHS Foundation TrustUniversity Hospitals of Leicester NHS TrustYork Teaching Hospital NHS Foundation TrustYorkshire Ambulance Service NHS TrustNOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-membersand any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
two.2.5) Award criteria
Quality criterion - Name: Technical and Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
See Lot 1
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
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
two.2) Description
two.2.1) Title
Pharmacy specific clean room consumables
Lot No
3
two.2.2) Additional CPV code(s)
- 18800000 - Footwear
- 18100000 - Occupational clothing, special workwear and accessories
- 90910000 - Cleaning services
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 39830000 - Cleaning products
- 39330000 - Disinfection equipment
- 39831240 - Cleaning compounds
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
two.2.4) Description of the procurement
Lot 3 Pharmacy specific clean room consumablesThis lot is for the supply of Pharmacy clean room products for use in the pharmacy aseptic dispensing and manufacturing suites at our member trusts. Products will be used in the cleaning and decontamination of the aseptic processing areas and for aseptic manipulation of sterile medicines as appropriate to the product. The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.Barnsley Facilities Services Limited, Barnsley Hospital NHS Foundation TrustBradford Teaching Hospitals NHS Foundation TrustCalderdale and Huddersfield Solutions Limited, Calderdale and Huddersfield NHS Foundation TrustDerbyshire Community Health Services NHS Foundation TrustDerbyshire Support and Facilities Services Limited, Chesterfield Royal Hospital NHS Foundation TrustDoncaster and Bassetlaw Teaching Hospitals NHS Foundation TrustHarrogate Healthcare Facilities Management Ltd, Harrogate and District NHS Foundation TrustHumber Teaching NHS Foundation TrustIsle of Man Department of Health & Social CareJames Paget University Hospitals NHS Foundation TrustLeeds and York Partnership NHS Foundation TrustLeeds Community Healthcare NHS TrustLeeds Teaching Hospitals NHS TrustLeicestershire Partnership NHS TrustLincolnshire Community Health Services NHS TrustLincolnshire Partnership NHS Foundation TrustLocala Community PartnershipsMid Yorkshire Hospitals NHS TrustNorthern Lincolnshire and Goole NHS Foundation TrustSheffield Children's NHS Foundation TrustSheffield Health & Social Care NHS Foundation TrustSheffield Teaching Hospitals NHS Foundation TrustSherwood Forest Hospitals NHS Foundation TrustThe Newcastle Upon Tyne Hospitals NHS Foundation TrustThe Rotherham NHS Foundation TrustUnited Lincolnshire Hospitals NHS TrustUniversity Hospitals of Derby and Burton NHS Foundation TrustUniversity Hospitals of Leicester NHS TrustYork Teaching Hospital NHS Foundation TrustYorkshire Ambulance Service NHS TrustNOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-membersand any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
two.2.5) Award criteria
Quality criterion - Name: Technical and Quality / Weighting: 70
Price - Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
See Lot 1
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
This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056
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
four.1.6) Information about electronic auction
An electronic auction will be used
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: 2021/S 000-001554
Section five. Award of contract
Lot No
1
Title
Pharmacy Clean Room Garments
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 March 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Elis UK Limited
Intec 3, Wade Road,
Basingstoke
RG24 8NE
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
228604
The contractor is an SME
No
five.2.3) Name and address of the contractor
Micronclean Limited
Roman Bank,
Skegness
PE25 1SQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
176558
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £18,000,000
Total value of the contract/lot: £18,000,000
Section five. Award of contract
Lot No
2
Title
Provision of mops including processing
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 March 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Elis UK Limited
Intec 3, Wade Road,
Basingstoke
RG24 8NE
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Micronclean Limited
Roman Bank,
Skegness
PE25 1SQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Total value of the contract/lot: £10,000,000
Section five. Award of contract
Lot No
3
Title
Pharmacy specific clean room consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 March 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Micronclean Limited
Roman Bank,
Skegness
PE25 1SQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Riverside Medical Packaging Ltd Trading As Aseptic Medical Devices
Riverside House, Newmarket Drive,
Derby
DE22 8SW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01430113
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £10,000,000
Total value of the contract/lot: £10,000,000
Section six. Complementary information
six.3) Additional information
For details of the list of eligible entities who may utilise the resulting agreement(s), subject to the prior agreement of NOE CPC, please refer to the original Contract Notice Section II.2.4 - Description of Procurement Section II.2.11 - Information about optionsSection VI.3 - Additional Information
six.4) Procedures for review
six.4.1) Review body
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Savile Street East,
Sheffield
S4 7UQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.