Section one: Contracting authority
one.1) Name and addresses
Barking, Havering and Redbridge University Hospitals NHS Trust
Rom Valley Way
Romford
RM7 0AG
Telephone
+44 1708435000
Country
United Kingdom
NUTS code
UKI52 - Barking & Dagenham and Havering
Internet address(es)
Main address
http://www.bhrhospitals.nhs.uk
Buyer's address
http://www.bhrhospitals.nhs.uk
one.1) Name and addresses
Dukefield Procurement Limited
Parkside House , 167 Chorley New Road
Bolton
BL1 4RA
nichola.gill@dukefieldprocurement.co.uk
Telephone
+44 7935355773
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
http://www.dukefield.co.uk/about-us/
Buyer's address
http://www.dukefield.co.uk/about-us/
one.1) Name and addresses
Public Sector
Rom Valley Way
Romford
RM7 0AG
Telephone
+44 7935355773
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.bhrhospitals.nhs.uk
Buyer's address
http://www.bhrhospitals.nhs.uk
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
Barking, Havering and Redbridge University Hospitals NHS Trust
Rom Valley Way
Romford
RM7 0AG
Telephone
+44 1708435000
Country
United Kingdom
NUTS code
UKI52 - Barking & Dagenham and Havering
Internet address(es)
Main address
http://www.bhrhospitals.nhs.uk
Buyer's address
http://www.bhrhospitals.nhs.uk
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
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
PPE, Uniform and Workwear, Footwear, Healthcare Garments, Procedure Packs and Associated Services Framework
Reference number
CA14160 - BHRUT/DU/PPE/01
two.1.2) Main CPV code
- 18100000 - Occupational clothing, special workwear and accessories
two.1.3) Type of contract
Supplies
two.1.4) Short description
This is a framework for the supply of PPE, Uniform and Workwear, Footwear, Healthcare Garments, Procedure Packs and Associated Services. It is let by Barking, Havering and Redbridge University Hospitals Trust.
The framework is open for use by all contracting authorities across the UK public sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at http://www.dukefieldprocurement.co.uk/fts-eligible-users
The Framework will be let as 6 Lots with a maximum of 15 suppliers per Lot, other than Lot 5, with a maximum of 20 suppliers.
two.1.5) Estimated total value
Value excluding VAT: £335,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
6
Maximum number of lots that may be awarded to one tenderer: 6
two.2) Description
two.2.1) Title
Disposable and Reusable Personal Protective Equipment (PPE)
Lot No
1
two.2.2) Additional CPV code(s)
- 18130000 - Special workwear
- 18444110 - Helmets
- 35113000 - Safety equipment
- 18444200 - Hard hats
- 18143000 - Protective gear
- 18443340 - Caps
- 33199000 - Medical clothing
- 18410000 - Special clothing
- 35113430 - Safety vests
- 18140000 - Workwear accessories
- 18400000 - Special clothing and accessories
- 35113410 - Garments for biological or chemical protection
- 18142000 - Safety visors
- 50850000 - Repair and maintenance services of furniture
- 33735100 - Protective goggles
- 18420000 - Clothing accessories
- 35113470 - Protective shirts or pants
- 18440000 - Hats and headgear
- 39525000 - Miscellaneous manufactured textile articles
- 35113400 - Protective and safety clothing
- 18113000 - Industrial clothing
- 18441000 - Hats
- 18830000 - Protective footwear
- 18444000 - Protective headgear
- 18114000 - Coveralls
- 18424300 - Disposable gloves
- 35100000 - Emergency and security equipment
- 18443300 - Headgear
- 98394000 - Upholstering services
- 39114100 - Upholstering
- 18000000 - Clothing, footwear, luggage articles and accessories
- 18443000 - Headgear and headgear accessories
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 18444100 - Safety headgear
- 33100000 - Medical equipments
- 18110000 - Occupational clothing
- 18224000 - Clothing made of coated or impregnated textile fabrics
- 18100000 - Occupational clothing, special workwear and accessories
- 19243000 - Upholstery fabrics
- 33190000 - Miscellaneous medical devices and products
- 39518200 - Operating-theatre sheets
- 18424000 - Gloves
- 39518100 - Operating-theatre drapes
- 35113450 - Protective coats or ponchos
- 50830000 - Repair services of garments and textiles
- 18141000 - Work gloves
- 35113440 - Reflective vests
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot provides access to a wide range of disposable and reusable PPE and associated healthcare garments, including but not limited to the following:
• High Performance Sterilised Gowns
• Standard Performance Sterilised Gowns
• Reinforced Sterilised Gowns
• Non-Sterile Isolation Gowns
• Neck Cuff Non-Sterile Isolation Gowns
• Coveralls
• Disposable Aprons
• Non-Sterile Warm-Up Jackets
• Reusable Warm Up Jacket
• Disposable Theatre Cap – Elasticated Back
• Disposable Theatre Cap – Tie Back
• Female Theatre Hat – Embroidered and Reusable
• Male Theatre Hat – Embroidered and Reusable
• Theatre Hoods
• Filtering Face Piece Masks
• Type II and IIR Masks
• Face Shield Visor
• Drapes
• Non-Sterile Disposable Scrub Tops
• Non-Sterile Disposable Scrub Bottoms
• Standard Scrub Top
• Modesty Scrub Top
• Standard Trousers
• Patient Safety Mitts
• Tray Wraps
• Disposable Oversleeves
• PVC Oversleeves
• Mesh Hairnets
• Caps
• Disposable Overshoes
This framework Lot also provides access to a range of additional supplies and services of an upholstering and manufacturing services nature including but not limited to:
• Cutting Services
• Embroidery Services
• Reupholstering Services
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: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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) Description
two.2.1) Title
Uniform and Workwear
Lot No
2
two.2.2) Additional CPV code(s)
- 35113400 - Protective and safety clothing
- 18300000 - Garments
- 18318200 - Dressing gowns
- 35113470 - Protective shirts or pants
- 18318100 - Nightshirts
- 18230000 - Miscellaneous outerwear
- 18420000 - Clothing accessories
- 18314000 - Bathrobes
- 39525000 - Miscellaneous manufactured textile articles
- 18220000 - Weatherproof clothing
- 18410000 - Special clothing
- 18400000 - Special clothing and accessories
- 39114100 - Upholstering
- 18100000 - Occupational clothing, special workwear and accessories
- 50830000 - Repair services of garments and textiles
- 18333000 - Polo shirts
- 18234000 - Trousers
- 18317000 - Socks
- 18235000 - Pullovers, cardigans and similar articles
- 18235300 - Sweatshirts
- 18235400 - Waistcoats
- 18110000 - Occupational clothing
- 18200000 - Outerwear
- 18000000 - Clothing, footwear, luggage articles and accessories
- 50850000 - Repair and maintenance services of furniture
- 18330000 - T-shirts and shirts
- 18113000 - Industrial clothing
- 18210000 - Coats
- 18318500 - Nightdresses
- 35113450 - Protective coats or ponchos
- 18331000 - T-shirts
- 18130000 - Special workwear
- 18221000 - Waterproof clothing
- 18221300 - Raincoats
- 18223200 - Jackets
- 98394000 - Upholstering services
- 18332000 - Shirts
- 18222000 - Corporate clothing
- 18318300 - Pyjamas
- 18213000 - Wind jackets
- 18231000 - Dresses
- 18140000 - Workwear accessories
- 18224000 - Clothing made of coated or impregnated textile fabrics
- 18233000 - Shorts
- 19243000 - Upholstery fabrics
- 18318000 - Nightwear
- 33199000 - Medical clothing
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot provides access to a wide range of uniform and workwear and associated garments, including but not limited to the following:
• Smart Scrub Top Fitted
• Smart Scrub Top Unfitted
• Polo Tops
• Cargo Trousers
• Trousers Fitted
• Trousers Unfitted
• Waterproof Trousers
• Ballistic Trousers
• Maternity Trousers
• Maternity Dresses
• Dresses
• Tunics
• Fleece Jackets
• Waterproof Jackets
• Body Warmers
• Uniform Workwear – Shorts
• Uniform Workwear – Trousers
• Hi Vis Vests
• Safety Helmets
This framework Lot also provides access to a range of additional supplies and services of an upholstering and manufacturing services nature including but not limited to:
• Cutting Services
• Embroidery Services
• Reupholstering Services
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: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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) Description
two.2.1) Title
Footwear
Lot No
3
two.2.2) Additional CPV code(s)
- 18815300 - Knee boots
- 18814000 - Footwear with uppers of textile materials
- 18822000 - Training shoes
- 18813300 - Town footwear
- 18000000 - Clothing, footwear, luggage articles and accessories
- 18815200 - Calf boots
- 18810000 - Footwear other than sports and protective footwear
- 18812300 - Town footwear with rubber or plastic uppers
- 18832000 - Special footwear
- 18815400 - Waders
- 18815100 - Ankle boots
- 18841000 - Footwear uppers
- 18816000 - Galoshes
- 18812200 - Rubber boots
- 18800000 - Footwear
- 18831000 - Footwear incorporating a protective metal toecap
- 33141740 - Orthopaedic footwear
- 18813000 - Footwear with uppers of leather
- 18811000 - Waterproof footwear
- 18815000 - Boots
- 18830000 - Protective footwear
- 18812000 - Footwear with rubber or plastic parts
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot provides access to a range of footwear across three main categories:
• Healthcare and Food Footwear
• Safety Footwear
• General Uniform and Workwear Footwear
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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) Description
two.2.1) Title
Products for use within Healthcare Settings
Lot No
4
two.2.2) Additional CPV code(s)
- 39510000 - Textile household articles
- 39518000 - Hospital linen
- 18318200 - Dressing gowns
- 18317000 - Socks
- 35113460 - Protective socks or hosiery
- 18300000 - Garments
- 39511000 - Blankets and travelling rugs
- 39518200 - Operating-theatre sheets
- 39512200 - Duvet covers
- 50850000 - Repair and maintenance services of furniture
- 39515200 - Drapes
- 98394000 - Upholstering services
- 39525000 - Miscellaneous manufactured textile articles
- 39515100 - Curtains
- 50830000 - Repair services of garments and textiles
- 39512300 - Mattress covers
- 19244000 - Curtain fabrics
- 39512500 - Pillowcases
- 39518100 - Operating-theatre drapes
- 44115810 - Curtain rails and hangings
- 18318300 - Pyjamas
- 39516120 - Pillows
- 18318500 - Nightdresses
- 18900000 - Luggage, saddlery, sacks and bags
- 39514100 - Towels
- 18314000 - Bathrobes
- 18930000 - Sacks and bags
- 18934000 - Kitbags
- 18931000 - Travel bags
- 39512000 - Bed linen
- 39515000 - Curtains, drapes, valances and textile blinds
- 39511100 - Blankets
- 44115811 - Curtain rails
- 39512100 - Sheets
- 39515110 - Smoke curtains
- 39500000 - Textile articles
- 18931100 - Rucksacks
- 18318000 - Nightwear
- 39114100 - Upholstering
- 19243000 - Upholstery fabrics
- 39520000 - Made-up textile articles
- 18938000 - Padded bags
- 39560000 - Miscellaneous textile articles
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot provides access to a comprehensive suite of products that are invariably, though not exclusively, for use within healthcare and healthcare settings including but not limited to the following:
• Disposable Curtains
• Curtains
• Standard Pillow
• Small Pillow
• Speciality Pillows
• Pillowcases
• Towels (Hand Towel, Bath Towel and Bath Sheets)
• Heavy Weight Blanket
• Cot Bed Flat Sheet
• Flat Sheet/Top Sheet
• Fitted Sheets
• Patient Examination Gown (adult and child)
• Patient Dressing Gown
• Male Pyjama Top
• Male Pyjama Trousers
• Female Night Dress
• Kit Bag – Small
• Kit Bag -Laptop
• Kit Bag – Tall
• Grip Sock
This framework Lot also provides access to a range of additional supplies and services of an upholstering and manufacturing services nature including but not limited to:
• Cutting Services
• Embroidery Services
• Reupholstering Services
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: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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) Description
two.2.1) Title
Procedure packs
Lot No
5
two.2.2) Additional CPV code(s)
- 33166000 - Dermatological devices
- 33168000 - Endoscopy, endosurgery devices
- 33141324 - Dialysis needles
- 33141322 - Arterial needles
- 33196000 - Medical aids
- 33141230 - Dilator
- 33141420 - Surgical gloves
- 33141117 - Cotton wool
- 33194100 - Devices and instruments for infusion
- 33141320 - Medical needles
- 33194110 - Infusion pumps
- 33610000 - Medicinal products for the alimentary tract and metabolism
- 33131100 - Dental surgical instrument
- 33000000 - Medical equipments, pharmaceuticals and personal care products
- 33100000 - Medical equipments
- 33169200 - Surgical baskets
- 33169100 - Surgical laser
- 33141240 - Catheter accessories
- 33167000 - Surgical lights
- 33141620 - Medical kits
- 33141122 - Surgical staples
- 33165000 - Cryosurgical and cryotherapy devices
- 33164100 - Colposcope
- 33162200 - Operating-theatre instruments
- 33141321 - Anesthesia needles
- 33164000 - Coelioscopy devices
- 33141120 - Clip, suture, ligature supplies
- 33141326 - Radiology procedural needles
- 33141327 - Vented needles
- 33141126 - Ligatures
- 33141328 - Epidural needles
- 33157400 - Medical breathing devices
- 33141128 - Needles for sutures
- 33140000 - Medical consumables
- 33141124 - Sharps pads
- 33141210 - Balloon catheters
- 42131250 - Needle valves
- 33141112 - Plasters
- 33198100 - Paper compresses
- 33141220 - Cannulae
- 33141119 - Compresses
- 33141300 - Venepuncture, blood sampling devices
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33190000 - Miscellaneous medical devices and products
- 33131200 - Dental suture needle
- 33141310 - Syringes
- 33141111 - Adhesive dressings
- 33162000 - Operating theatre devices and instruments
- 33141110 - Dressings
- 33194220 - Blood-transfusion supplies
- 33194200 - Devices and instruments for transfusion
- 33182300 - Cardiac surgery devices
- 33141329 - Amniocentesia needles
- 33141121 - Surgical sutures
- 33141323 - Biopsy needles
- 33141100 - Dressings; clip, suture, ligature supplies
- 33690000 - Various medicinal products
- 33194210 - Blood-transfusion devices
- 33194000 - Devices and instruments for transfusion and infusion
- 33169000 - Surgical instruments
- 33141127 - Absorbable haemostatics
- 18424300 - Disposable gloves
- 33141116 - Dressing packs
- 33141200 - Catheters
- 33163000 - Tent for medical use
- 33141114 - Medical gauze
- 33141118 - Wipes
- 33141113 - Bandages
- 33157100 - Medical gas masks
- 33194120 - Infusion supplies
- 33198000 - Hospital paper articles
- 33162100 - Operating-theatre devices
- 33168100 - Endoscopes
- 33169400 - Surgical containers
- 33141325 - Fistula needles
- 33198200 - Paper sterilisation pouches or wraps
- 33130000 - Dental and subspecialty instruments and devices
- 33169500 - Surgical tracking and tracing systems
- 33199000 - Medical clothing
- 33141123 - Sharps containers
- 33141125 - Material for surgical sutures
- 33141400 - Wire-cutter and bistoury; surgical gloves
- 33141115 - Medical wadding
- 33169300 - Surgical trays
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The framework Lot includes but is not limited to, Procedure Packs in the following product areas:
• Cardiology (interventional radiology) packs
• Community packs
• Instrument packs
• Line insertion packs
• Regional anaesthesia packs
• Supplemental
• Theatre packs
• Ward based packs.
• Ophthalmic Packs
• Canula Packs
• Wound Care Packs
• Cannulation Packs
• Catheterisation Packs
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: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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) Description
two.2.1) Title
Warehousing, Stock and Materials Management Services
Lot No
6
two.2.2) Additional CPV code(s)
- 63121000 - Storage and retrieval services
- 63122000 - Warehousing services
- 42998000 - Pallet-picking system
- 42965100 - Warehouse management system
- 63121100 - Storage services
- 42998100 - Pallet-retrieving system
- 39173000 - Storage units
- 63120000 - Storage and warehousing services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This framework Lot provides access to a range of warehousing, stock and materials management services.
Participating Public Sector Bodies are looking to procure warehousing, stock and materials management services for the secure storage of a range of goods with facilities capable of storing both UK and EU standard pallet sizes.
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: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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: 95
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
1 August 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
1 August 2024
Local time
12:00pm
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
Barking, Havering and Redbridge University NHS Trust's Internal Reference Number is BHRUT/DU/PPE/01. The framework is being delivered by the Trust and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Procurement Ltd are acting as agents of the Trust in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
The tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The Trust expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement; and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that Lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular Lot. Therefore, tenderers within 0.5%, along with the tenderer in last placed position on a lot, shall be deemed to occupy the last framework agreement contract award position for that particular lot.
The Trust considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Any selection of tenderers will be based solely on the criteria set out in the tender documents.
six.4) Procedures for review
six.4.1) Review body
Barking, Havering and Redbridge University Hospitals NHS Trust
Rom Valley Way
Romford
RM7 0AG
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Barking, Havering and Redbridge University Hospitals NHS Trust
Rom Valley Way
Romford
RM7 0AG
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Barking, Havering and Redbridge University NHS Trust will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
Barking, Havering and Redbridge University Hospitals NHS Trust
Rom Valley Way
Romford
RM7 0AG
Country
United Kingdom