Planning

Disposable Cubicle, Shower and Window Curtains 2025

  • 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

F01: Prior information notice (prior information only)

Notice identifier: 2024/S 000-013481

Procurement identifier (OCID): ocds-h6vhtk-045532

Published 25 April 2024, 3:33pm



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

Floor 3, Don Valley House, Savile Street East

Sheffield

S4 7UQ

Contact

Anna Falzarano

Email

anna.falzarano@supplychain.nhs.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.supplychain.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from 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 2025

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 Antimicrobial treated and Non Antimicrobial Treated disposable cubicle, shower and window curtains to customers via the eDirect/Direct route to market.

This framework agreement is for a total of 48 months. Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 18,700,000 throughout the duration 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.

two.1.5) Estimated total value

Value excluding VAT: £18,750,000

two.1.6) Information about lots

This contract is divided into lots: Yes

two.2) Description

two.2.1) Title

Non Antimicrobial Treated Curtains

Lot No

1

two.2.2) Additional CPV code(s)

  • 39515000 - Curtains, drapes, valances and textile blinds
  • 39515100 - Curtains

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply of Non Antimicrobial treated disposable cubicle, shower and window curtains to customers via the eDirect/Direct route to market. Non Antimicrobial Treated curtains are required in a range of sizes (small, medium, large) and colours, with various hanging mechanisms. The hanging mechanisms include but are not limited to:

- Eyelet

- External hanging mechanism

- Internal hanging mechanism

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 13,700,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

NHS Supply Chain reserves the right to re-open competition under this framework

two.2) Description

two.2.1) Title

Antimicrobial Treated Curtains

Lot No

2

two.2.2) Additional CPV code(s)

  • 39515000 - Curtains, drapes, valances and textile blinds
  • 39515100 - Curtains

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the supply Antimicrobial Treated disposable cubicle, shower and window curtains to customers via the eDirect/Direct route to market. Antimicrobial Treated curtains are required in a range of sizes (small, medium, large) and colours, with various hanging mechanisms. The hanging mechanisms include but are not limited to:

- Eyelet

- External hanging mechanism

- Internal hanging mechanism

two.2.14) Additional information

Precise quantities are unknown. It is anticipated that initial expenditure will be in the region of GBP 5,000,000 throughout the duration of this framework agreement. However, this is an approximate only and the values may vary depending on the requirements of those bodies purchasing under the Framework Agreement.

NHS Supply Chain reserves the right to re-open competition under this framework a

two.2) Description

two.2.1) Title

Managed Service

Lot No

3

two.2.2) Additional CPV code(s)

  • 39515000 - Curtains, drapes, valances and textile blinds
  • 39515100 - Curtains
  • 44115810 - Curtain rails and hangings
  • 44115811 - Curtain rails

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Non-exclusive framework agreement for the provision of managed service for Antimicrobial treated and Non Antimicrobial Treated disposable cubicle, shower and window curtains to customers via the eDirect/Direct route to market. It include but is not limited to site survey, track adjustments, fitting, removal, recycling.

two.2.14) Additional information

Precise value is unknown.

two.3) Estimated date of publication of contract notice

4 November 2024


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during Autumn 2024. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time.

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission:

- Employer’s Liability Insurance cover of £5m per claim in the name of the Applicant

- Public Liability Insurance cover of £5m per claim in the name of the Applicant

- Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate

- ISO9001:2015 accredited by the United Kingdom Accreditation Service (or equivalent) 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.

- Declaration of Conformity and UKCA/CE Certification to demonstrate compliance to Medical Devices Regulations 2002 (if applicable).

-BS 5867-2:2008 Type B or C flammability requirements.

-ISO 20743:2013 (Assessment of Antibacterial Finished Products) or equivalent standard.

The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts

In addition, the NHS has adopted the Government’s ‘Taking Account of Carbon Reduction Plans’ (PPN 06/21) requiring all suppliers with new contracts for goods, services and/or works irrespective of value to publish a carbon reduction plan for their direct emissions. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN 02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply.

The Framework Agreement between NHS Supply Chain and successful suppliers will reserve the right to purchase the same or similar supplies and/or services from suppliers not appointed to the Framework Agreement at its sole discretion.

As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions;

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 ‘Not Registered Yet’ link to access the registration page.

- Complete the registration pages as guided by the mini guide found on the landing page.

PORTAL ACCESS

If registration has been completed:

- Login with URL https://nhssupplychain.app.jaggaer.com//

- Click on “SQs Open to All Suppliers”

EXPRESSION OF INTEREST

- Find "SQ_540" and click on the blue text. Select Express interest.

If you have any queries regarding the NHS Jaggaer E-procurement Portal or completing your expression of interest on this system, please contact our Support Helpdesk managed by Jaggaer on telephone: 0800 0698630 or by E-mail: help_uk@jaggaer.com