Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Don Valley House, Saville Street East,
Sheffield
S4 7UQ
Contact
Camille Grech-Cini
Camille.Grech-cini@supplychain.nhs.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
528867
Internet address(es)
Main address
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://nhssupplychain.app.jaggaer.com/
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
55 000 000
two.1.2) Main CPV code
- 39330000 - Disinfection equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Non-exclusive framework agreement for the supply of, through various lots; misting fogging or aerosol disinfection machines, mobile / fixed ultra violet light disinfection equipment, patient segregation bays, air purification systems - direct to customers via the Edirect
or Direct route to market. This framework agreement will have an initial term of 24 months
with an option to extend incrementally for up to a total period of 48 months.
two.1.5) Estimated total value
Value excluding VAT: £55,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Misting / Fogging or Aerosol Machines
Lot No
1
two.2.2) Additional CPV code(s)
- 39330000 - Disinfection equipment
- 39830000 - Cleaning products
- 42995000 - Miscellaneous cleaning machines
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Environmental Decontamination framework to include and not be limited to Misting / Fogging or Aerosol Decontamination Machines, servicing and relevant accessories.
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
24
This contract is subject to renewal
Yes
Description of renewals
Extension for 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The framework agreement is for 24 months with the option to extend up to a total period of 48 months
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
It is anticipated that in the first 24 months of the framework agreement, the value of
purchases for this lot will be circa GBP 2 250 000 excluding VAT and for the full 48-month
term (if extended), the anticipated value will be circa GBP 9 000 000 excluding VAT.
two.2) Description
two.2.1) Title
UVC machines
Lot No
2
two.2.2) Additional CPV code(s)
- 31515000 - Ultraviolet lamps
- 39830000 - Cleaning products
- 42995000 - Miscellaneous cleaning machines
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Environmental decontamination framework to include but not be limited to UVC machines servicing and relevant accessories.
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
24
This contract is subject to renewal
Yes
Description of renewals
Extension for 24 months
two.2.10) Information about variants
Variants will be accepted: No
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
It is anticipated that in the first 24 months of the framework agreement, the value of
purchases for this lot will be circa GBP 2 250 000 excluding VAT and for the full 48-month
term (if extended), the anticipated value will be circa GBP 9 000 000 excluding VAT.
two.2) Description
two.2.1) Title
patient segregation bays
Lot No
3
two.2.2) Additional CPV code(s)
- 39830000 - Cleaning products
- 42924720 - Decontamination equipment
- 42995000 - Miscellaneous cleaning machines
- 90910000 - Cleaning services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Environmental decontamination framework to include but not be limited to patient segregation bays servicing and relevant accessories.
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: £32,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Extension of 24 months
two.2.10) Information about variants
Variants will be accepted: No
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
It is anticipated that in the first 24 months of the framework agreement, the value of
purchases for this lot will be circa GBP 8 000 000 excluding VAT and for the full 48-month
term (if extended), the anticipated value will be circa GBP 32 000 000 excluding VAT.
two.2) Description
two.2.1) Title
Air Handling and Purification Machines
Lot No
4
two.2.2) Additional CPV code(s)
- 39330000 - Disinfection equipment
- 39830000 - Cleaning products
- 42995000 - Miscellaneous cleaning machines
- 90731400 - Air pollution monitoring or measurement services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Environmental decontamination framework to include but not be limited to Air handling and purification machines servicing and relevant accessories.
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Extension of 24 months
two.2.10) Information about variants
Variants will be accepted: No
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
It is anticipated that in the first 24 months of the framework agreement, the value of
purchases for this lot will be circa GBP 1 250 000 excluding VAT and for the full 48-month
term (if extended), the anticipated value will be circa GBP 5 000 000 excluding VAT.
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 or both 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 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 will share savings information in
order to assist its customers with making informed procurement decisions.
NHS Supply Chain 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 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.2.6), NHS Supply Chain does not guarantee any level of purchase
through the framework and advises applicants that the framework shall be established on a
non-exclusive basis.
order to assist its customers with making informed procurement decision 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 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 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's 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.
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 environmental issues and a
requirement for successful suppliers to comply with the NHS Supply Chain code of conduct.
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
Envisaged maximum number of participants to the framework agreement: 24
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: 2020/S 232-573845
four.2.2) Time limit for receipt of tenders or requests to participate
Date
2 August 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 March 2022
four.2.7) Conditions for opening of tenders
Date
3 August 2021
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Accessing the tender:
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal
at https://nhssupplychain.app.jaggaer.com/
Applicants wishing to be considered for this contract must register their expression of
interest and provide additional procurement-specific information (if required) through the
NHS Supply Chain eProcurement portal as follows:
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 ‘Register Here’ link to access the registration page,
— complete the registration pages.
Portal access:
If registration has been completed:
— login with URL https://nhssupplychain.app.jaggaer.com/
— Applicants should download the Supplier Userguide located within the eProcurement
portal.
— Select “My ITT’s”,
— Select the three ”…” to the top right hand side of the screen.
— Select “Help for Suppliers”. This will then open a new screen with a library of guidance
document and a video which will guide you through how to submit a compliant bid.
Support:
Should Applicants require any system support or help to locate and submit a bid for the
opportunity they should contact the Jaggaer Helpdesk on;
Tel: 0800 069 8630
Email: help_uk@jaggaer.com
six.4) Procedures for review
six.4.1) Review body
Not Applicable
Not Applicable
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as
amended).
NHS Supply Chain 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 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.