- Scope of the procurement
- Lot 1. Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes
- Lot 2. Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons
- Lot 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
- Lot 4. Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns
- Lot 5. Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations.
- Lot 6. Components parts used in the manufacture of Type two R Masks
- Lot 7. Components parts used in the manufacture of Lip-Reading Masks
- Lot 8. Component parts used in the manufacture of FFP3 Facemasks
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
simon.farr@northumbria-healthcare.nhs.uk
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
Buyer's address
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