Opportunity

55 000 000

  • NHS Supply Chain

F02: Contract notice

Notice reference: 2021/S 000-015462

Published 5 July 2021, 10:45pm



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

Email

Camille.Grech-cini@supplychain.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

528867

Internet address(es)

Main address

www.supplychain.nhs.uk

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.