Tender

Framework for the supply of Textile Healthcare Products (THP) (R2)

  • Northumbria Healthcare Facilities Management Limited

F02: Contract notice

Notice identifier: 2022/S 000-020408

Procurement identifier (OCID): ocds-h6vhtk-03565d

Published 27 July 2022, 9:11am



Section one: Contracting authority

one.1) Name and addresses

Northumbria Healthcare Facilities Management Limited

Northumbria House, Unit 7&8 Silver Fox Way, Cobalt Business Park

North Shields

NE27 0QJ

Contact

Mr Simon Farr

Email

simon.farr@northumbria-healthcare.nhs.uk

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

https://nhfm.co.uk/

Buyer's address

https://nhfm.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

Framework for the supply of Textile Healthcare Products (THP) (R2)

Reference number

DN623588

two.1.2) Main CPV code

  • 19000000 - Leather and textile fabrics, plastic and rubber materials

two.1.3) Type of contract

Supplies

two.1.4) Short description

This is a call for competition to establish a Multi Lot Framework of key suppliers to supply Textile Healthcare Products (THP) to the Contracting Authority’s manufacturing site at Seaton Delaval in the North East of England.

This Framework Agreement can be accessed by:

Northumbria Healthcare Facilities Management Ltd (the Authority) a wholly owned subsidiary of Northumbria Healthcare NHS Foundation Trust.

QE Facilities a wholly owned subsidiary company of Gateshead Health NHS Foundation Trust.

The Framework comprises of 8 Lots:

LOT NUMBER LOT TITLE

1 Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes

2 Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons

3 Component parts used in the manufacture of Scrub Tops and Trousers, Pillows (Standard and Small), Waffle Summers blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Patient Safety Mitts, Kit Bags, Window Curtains, Slipperets, Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Smart Scrubs, Fleece Blankets

4 Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns

5 Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations.

6 Components parts used in the manufacture of Type II R Masks

7 Components parts used in the manufacture of Lip-Reading Masks

8 Component parts used in the manufacture of FFP3 Facemasks

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component basis only.

Tenders will be evaluated as follows:

Selection Questionnaire

Quality Evaluation

Commercial evaluation

Each tender will be evaluated based on the most economically advantageous tender (MEAT) based on the following:

Quality 60% and Price 40%

All components will be evaluated individually in accordance with the above criteria.

To be successful in gaining a place on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.

The Contracting Authority makes no guarantee as to the volumes of business or any business on offer and any figures / quantities / volumes stated are indicative and there for guidance only for costing purposes.

Call Offs for Goods/Services under the framework will be made either via a direct award or a further competition depending on the requirement and the scope of the services, and solely at the discretion of the Contracting Authority.

Further information in relation to call off criteria can be found within Schedule 7 of the Call-Off Terms and Conditions.

Further details of the Contracting Authority’s requirements under the Contract and other relevant information are detailed in the Specification at Schedule 2.

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

Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes

Lot No

1

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes

two.2.5) Award criteria

Quality criterion - Name: Organizational Capability / Weighting: 25%

Quality criterion - Name: Quality Management / Weighting: 15%

Quality criterion - Name: Business Continuity/Risk management / Weighting: 10%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place in any lot, on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.

two.2) Description

two.2.1) Title

Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons

Lot No

2

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons

two.2.5) Award criteria

Quality criterion - Name: Organisational Capability / Weighting: 25%

Quality criterion - Name: Quality Management / Weighting: 15%

Quality criterion - Name: Business Continuity/Risk management / Weighting: 10%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place in any lot, on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.

two.2) Description

two.2.1) Title

Component parts used in the manufacture of Scrub Tops and Trousers, Pillows (Standard and Small), Waffle Summers blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Patient Safety Mitts, Kit Bags, Window Curtains, Slipperets, Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Smart Scrubs, Fleece Blankets

Lot No

3

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Component parts used in the manufacture of Scrub Tops and Trousers, Pillows (Standard and Small), Waffle Summers blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Patient Safety Mitts, Kit Bags, Window Curtains, Slipperets, Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Smart Scrubs, Fleece Blankets

two.2.5) Award criteria

Quality criterion - Name: Organisational Capability / Weighting: 25%

Quality criterion - Name: Quality Management / Weighting: 15%

Quality criterion - Name: Business Continuity/Risk management / Weighting: 10%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place in any lot, on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.

two.2) Description

two.2.1) Title

Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns

Lot No

4

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns

two.2.5) Award criteria

Quality criterion - Name: Organisational Capability / Weighting: 25%

Quality criterion - Name: Quality Management / Weighting: 15%

Quality criterion - Name: Business Continuity/Risk management / Weighting: 10%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place in any lot, on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.

two.2) Description

two.2.1) Title

Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations.

Lot No

5

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations.

two.2.5) Award criteria

Quality criterion - Name: Organisational Capability / Weighting: 25%

Quality criterion - Name: Quality Management / Weighting: 15%

Quality criterion - Name: Business Continuity/Risk management / Weighting: 10%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place in any lot, on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.

two.2) Description

two.2.1) Title

Components parts used in the manufacture of Type II R Masks

Lot No

6

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Components parts used in the manufacture of Type II R Masks

two.2.5) Award criteria

Quality criterion - Name: Organisational Capability / Weighting: 25%

Quality criterion - Name: Quality Management / Weighting: 15%

Quality criterion - Name: Business Continuity/Risk management / Weighting: 10%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place in any lot, on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.

two.2) Description

two.2.1) Title

Components parts used in the manufacture of Lip-Reading Masks

Lot No

7

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Components parts used in the manufacture of Lip-Reading Masks

two.2.5) Award criteria

Quality criterion - Name: Organisational Capability / Weighting: 25%

Quality criterion - Name: Quality Management / Weighting: 15%

Quality criterion - Name: Business Continuity/Risk management / Weighting: 10%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place in any lot, on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.

two.2) Description

two.2.1) Title

Component parts used in the manufacture of FFP3 Facemasks

Lot No

8

two.2.2) Additional CPV code(s)

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

Component parts used in the manufacture of FFP3 Facemasks

two.2.5) Award criteria

Quality criterion - Name: Organisational Capability / Weighting: 25%

Quality criterion - Name: Quality Management / Weighting: 15%

Quality criterion - Name: Business Continuity/Risk management / Weighting: 10%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 40%

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Framework will be awarded for 2 years (initial term), with an option to extend for a

further two x 12 month periods, at the sole discretion of the Contracting Authority. Call Off

orders can be placed under the Framework up until and including the last day of the

Framework agreement provided that the Call Off is no longer than a two-month duration

following expiry of the Framework.

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

The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Tenderers may tender for one or more individual component(s) within any lot and

appointment to the Framework Agreement will be made on a component by component

basis only.

To be successful in gaining a place in any lot, on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process.


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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

29 August 2022

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

29 August 2022

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

The following Contracting Authorities are entitled to place Orders under this Framework:

Northumbria Healthcare Facilities Management (the Authority) a wholly owned

subsidiary of Northumbria Healthcare NHS Foundation Trust.

QE Facilities a wholly owned subsidiary company of Gateshead Health NHS Foundation

Trust.

For the avoidance of doubt, any successor bodies of any of the above entities shall be

entitled to place Orders and shall be deemed Participating Authorities for the purposes of

this Framework Agreement.

six.4) Procedures for review

six.4.1) Review body

Northumbria Healthcare Facilities Management Ltd

Northumbria House, Units 7&8, Silver Fox Way, Cobalt Business Park

North Shields

NE27 0QJ

Country

United Kingdom