Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain – Hotel Services is operated by North of England Commercial Procurement Collaborative (‘NOE CPC’) (who are hosted by Leeds and York Partnership NHS Foundation Trust) is acting on behalf of Supply Chain Coordination Ltd
Don Valley House, Saville Street East
Sheffield
S4 7UQ
Contact
Elisa Lamb
Telephone
+44 7815923205
Country
United Kingdom
NUTS code
UKE32 - Sheffield
National registration number
528867
Internet address(es)
Main address
Buyer's 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://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
National Ambulance Uniform and General Workwear
two.1.2) Main CPV code
- 18000000 - Clothing, footwear, luggage articles and accessories
two.1.3) Type of contract
Supplies
two.1.4) Short description
National Ambulance Uniform and General Workwear items for Ambulance service personnel, comprising of:
Helmet, Trouser, Footwear, Shirt, Polo Shirt, Hi Viz jacket, High Viz Tabard, Soft Shell, Canvas and Leather Belt, Waterproof and Padded garment.
As the main provider into the NHS, we estimate the contract value per annum to be between £9,000,000 to £11,000,000 (£45,000,000 and £55,000,000 GBP for the contract term). We are proposing a 6 year Framework duration with no option to extend.
The use of E-auction is being applied in-conjunction with the tender evaluation process. Appointed suppliers will be responsible for the storage and distribution of goods to Trusts. Suppliers will be required to provide a managed service and an automated ordering facility which will provide management information to the trusts. Suppliers may be appointed to an individual lot or to both lots.
A PIN was published at the end of January 2021 - FTS 001693-2021
two.1.5) Estimated total value
Value excluding VAT: £32,000,000
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: 2
two.2) Description
two.2.1) Title
Core Uniform Garments
Lot No
1
two.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
- 18110000 - Occupational clothing
- 18130000 - Special workwear
- 18140000 - Workwear accessories
- 18143000 - Protective gear
- 18220000 - Weatherproof clothing
- 18230000 - Miscellaneous outerwear
- 18234000 - Trousers
- 18235000 - Pullovers, cardigans and similar articles
- 18330000 - T-shirts and shirts
- 18332000 - Shirts
- 18410000 - Special clothing
- 18444110 - Helmets
- 18832000 - Special footwear
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of Core uniform garments as specified within the invitation to tender including but not limited to - Operational Shirts, Operational Trousers, White T-shirts, Polo Shirts, Hi-Viz Jackets, Hi-Viz Tabards, Hi Viz Trousers, Belts, Safety/Non Safety Boots, in order to fulfil the generic requirements within the healthcare environment.
NHS Supply Chain: Hotel Services will design, develop, test and trial an enhanced visionary trouser with its Ambulance end user Customers and the successful sole award supplier post award. Cost management is critical to this procurement. Further details are included in the Invitation To Tender.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £39,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 6,500,000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. £39,000,000 is the estimated contract value for the lifetime of the framework agreement.
two.2) Description
two.2.1) Title
General Workwear Items
Lot No
2
two.2.2) Additional CPV code(s)
- 18100000 - Occupational clothing, special workwear and accessories
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of General Workwear items for Ambulance Trusts which include but are not limited to - Non Core Uniforms, Non Core Personal Protective equipment to fulfil the generic requirements within the healthcare environment. Items such as Baseball Caps, Helmets, Holdalls, Hijabs and Vegan Footwear are incorporated in Lot 2. Further details are included in the Invitation to Tender.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of 3,000,000 GBP in the first year of this Framework Agreement, however this is approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement. £9m is the estimated contract value for the lifetime of the Framework Agreement.
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, more than one or all of the 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 — Hotel Services 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 — Hotel Services will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain — Hotel Services 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 — Hotel Services 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.2.1), NHS Supply Chain — Hotel Services 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 — Hotel Services 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 — Hotel Services 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 - Hotel Services' E-Tendering 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. Applicants should note that NHS Supply Chain — Hotel Services anticipates re-opening competition for product lines under the framework agreement pursuant to the nationally contracted products programme (‘NCP’). Awarded suppliers shall be engaged with at the time of competition and further details provided.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The framework agreement includes obligations with respect to directives and a requirement for successful suppliers to comply with the NHS Supply Chain — Hotel Services code of conduct. Applicants must provide within Appendix 1 evidence of conformance of all tendered products (as listed within the tender documents) to the applicable standards. Awarded Applicants must provide NHS Supply Chain - Hotel Services with all evidence before the awarded product(s) can be supplied under the framework agreement. The framework agreement includes obligations with respect to environmental and social issues and applicant’s attention is drawn to the relevant section in the framework agreement.
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.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
An electronic auction is being used as part of the Lot 1 Tender Evaluation, further details are included in the Invitation to Tender.
NHS Supply Chain: Hotel Services reserves the right to use e-auctions in Lot 2 during the lifetime of the Framework Agreement
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.2.2) Time limit for receipt of tenders or requests to participate
Date
12 July 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
13 July 2021
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Supply Chain – Hotel Services is operated by North of England Commercial Procurement Collaborative (‘NOE CPC’) (who are hosted by Leeds and York Partnership NHS Foundation Trust) is acting on behalf of Supply Chain Coordination Ltd
Don Valley House, Saville Street East
Sheffield
S4 7UQ
Country
United Kingdom