Opportunity

Maintenance, Repair and Calibration of Medical Equipment

  • NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd

F02: Contract notice

Notice reference: 2021/S 000-021535

Published 31 August 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain Operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd

c/o Skipton House, 80 London Road

London

SE1 6LH

Contact

Natalie McBride

Email

Natalie.Mcbride@supplychain.nhs.uk

Telephone

+44 7973875597

Country

United Kingdom

NUTS code

UKI4 - Inner London – East

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

Buyer's address

https://www.gov.uk/government/organisations/department-of-health/about/procurement

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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 another address:

DHL Supply Chain Limited

Foxbridge Way

Normanton

WF6 1TL

Contact

Natalie McBride

Email

Natalie.Mcbride@supplychain.nhs.uk

Telephone

+44 7973875597

Country

United Kingdom

NUTS code

UKE4 - West Yorkshire

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-of-health

Buyer's address

https://www.gov.uk/government/organisations/department-of-health/about/procurement

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

Maintenance, Repair and Calibration of Medical Equipment

two.1.2) Main CPV code

  • 50421000 - Repair and maintenance services of medical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Supply Chain seeks to establish a non-exclusive Framework Agreement, for supply of the Services outlined below, to the NHS Supply Chain customer base. This shall include, but not limited to:

Beds, Furniture and Pressure Area Care; Patient Bathing, Handling and Transport; Temperature Control; Patient Assessment, Monitoring and Life-Support; Microscopes; Dental Equipment Maintenance; Endoscopy; Ophthalmology; Lasers; Renal and Urodynamics; Tier 1 Imaging and Treatment Systems; Tier 2 Imaging and Treatment Systems; General Theatre, Orthopaedics and Physical Therapy; Decontamination; Laboratory, Pathology and Analysis Equipment; Radiotherapy Equipment and Treatment Systems and Robotics Surgical Systems.

This will be principally via the Direct Route of Supply. However, NHS Supply Chain may use any of the Non-direct Routes of Supply described in the Framework Agreement to purchase Goods and Services.

NHS Supply Chain intends to launch a national Framework Agreement for the Supply of Maintenance, Repair & Calibration of Medical Equipment.

This Framework Agreement will also include the option to Supply service(s) used in a research setting upon customer request. The minimum requirements set out within Appendix 3 Framework Agreement Specification will be applicable. Due to the bespoke nature of the research service(s) the customer will set any additional requirements per request.

two.1.5) Estimated total value

Value excluding VAT: £1,600,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
17

Maximum number of lots that may be awarded to one tenderer: 17

two.2) Description

two.2.1) Title

Beds, Furniture and Pressure Area Care

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Beds, Cots, Dynamic Mattresses & Cushions, Chairs and Furniture and Treatment Couches.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £7,255,541.22

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £2,418,513.74 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Patient Bathing, Handling and Transport

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Patient Bathing such as Lifts, Baths, Showers, Cubicles and Associated Equipment, Patient Hoists and Scales, Patient Transfer Chairs, Stretchers, Wheelchairs and Stand Aids, Patient Trolleys, Including Powered and Mortuary Trolleys.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £2,125,827.36

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £708,609.12 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Temperature Control

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Blood Tracking Equipment, Body Chambers, Chillers, Fridges & Freezers for use in Laboratory, Blood Bank, Mortuary, Pharmacy and for Medical Equipment, Cryogenic Systems, Ice Machines, Medical Product and Sample Carriers, Patient Temperature Control and Associated Equipment, Plasma Freezers and Thawers, Platelet Agitators and Incubators, Temperature Loggers, Monitoring and Mapping, Ultra Low Temp Freezers.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £508,350.03

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £169,450.01 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Patient Assessment, Monitoring & Life-Support

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 50422000 - Repair and maintenance services of surgical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Anaesthesia Equipment, Cardiac Electrophysiology Equipment, Cardiac Lung Function Equipment, Cardiac Transducers, Defibrillation Devices, Heart and Lung Perfusion Equipment, Mobile or Static pumps including Infusion, Syringe, Volumetric, Patient controlled pain relief and associated equipment such as syringe drivers, Intra Aortic Balloon Pumps, Jaundice Meters, Neonatal Incubators/Warmers, Non-Specified Trauma or Life-Support Equipment, Oxygen Concentrators, Regulators and Therapy Systems, Patient Assessment and Testing Equipment, Patient Monitoring and Recording Equipment, Phototherapy Units, Spirometers, Temporary Pacing Units, Ventilators and Continuous Positive Airway Pressure (CPAP) Devices including associated equipment such as Humidifiers, Wound Treatment.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £49,448,593.02

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £16,482,864.34 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Microscopes

Lot No

5

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Microscopes, including Inverted, Upright, Laboratory, Ophthalmic, Pathology, Surgical, Outpatient and Dental, Microscopy Camera and Imaging Systems, Slide Scanners.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £125,701.11

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £41,900.37 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Dental Equipment

Lot No

6

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 50344000 - Repair and maintenance services of optical equipment
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance Repair and Calibration of Dental Chairs, Dental Compressors, Dentistry Equipment & Tools.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £33,273.81

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £11,091.27 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Endoscopy

Lot No

7

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Electo-Medical Equipment, Flexible Endoscopes, Rigid Endoscopes, Endoscopes used with Ultrasound.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £181,896,880.44

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £60,632,293.48 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Ophthalmology

Lot No

8

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 50344000 - Repair and maintenance services of optical equipment
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Aberrometry Equipment, Computerised Sight Charts, Corneal Equipment including Pachymetry and Cross Linking Equipment, Lens Meters, Ophthalmic Diagnostic Testing equipment such as Biometry Equipment, Ultrasound Equipment, Phoropter Equipment and Auto-Refractors, Ophthalmic Imaging Equipment such as Slit Lamps, Perimeter Equipment and Field Analyser Equipment, Phacoemulsification and Vitrectomy Equipment, Pupilometer Equipment including Pupillary Distance (PD) Meters, Specular Microscopy Equipment.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £2,634,177.39

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £878,059.13 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Lasers

Lot No

9

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 50344000 - Repair and maintenance services of optical equipment
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Dermatological Lasers, Ophthalmic Lasers, Surgical Lasers.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £1,340,195.52

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £446,731.84 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Renal & Urodynamics

Lot No

10

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Haemodialysis Equipment, Haemofiltration Equipment, Peritoneal Dialysis Equipment, Urodynamics Equipment and Treatment Systems.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £279,130.38

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £93,043.46 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Tier 1 Imaging Equipment

Lot No

11

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Fluoroscopy and Angiography Equipment, Hybrid Imaging Systems, Imaging Surgical Systems such as Surgical Navigation Systems and Focussed Ultrasound Equipment, Computed Tomography (CT) Scanners, Magnetic Resonance Imaging (MRI) Scanner, Nuclear Medicine Imaging systems such as Gamma Camera Systems and Positron Emission Tomography (PET).

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £268,039,102.29

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £89,346,367.43 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Tier 2 Imaging Equipment

Lot No

12

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 50421200 - Repair and maintenance services of X-ray equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Bladder Scanners, Bone Densitometry, Clinical Imaging Specimen Cabinets, Contrast Injectors, Dental Imaging Including X-Ray and Ultrasound, Lithotripsy, Mammography (Digital & Analogue), Medical Photography, Printing and Associated Equipment, Mobile Image Intensifiers (MII), Mobile X-Ray Systems, Patient Positioning and Quality Assurance Systems, Ultrasound Equipment Including Physiotherapy, Static X-Ray Systems.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £158,050,643.07

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £52,683,547.69 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

General Theatre, Orthopaedics & Physical Therapy

Lot No

13

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 50422000 - Repair and maintenance services of surgical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Arthroscopy Equipment, Insufflators, Non-Surgical Treatment Equipment including Light Therapy, Operating Tables and Transfer Systems, Orthopaedic Power Tools, Physical Treatment including Rehabilitation and Physiotherapy, Rotablation Equipment, Smoke Evacuators, Suction Units, Surgery Systems including Electrosurgical, Hydrosurgery and Cryosurgical, Theatre lights (Mobile or Fixed), Pendants, Beams, Booms and Control Panels.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £6,932,045.76

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £2,310,681.92 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Decontamination

Lot No

14

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Automated Endoscope Re-Processers, Bed Pan Washers, Drying Cabinets including Endoscope Storage, Health Technical Memorandum (HTM) Testing Equipment, Laboratory Water Systems, Macerators, Sterilisers including Fogging Devices, Steam and Hydrogen Peroxide, Trolley Washers, Ultrasonic Cleaners, Ultra-Violet (UV) Systems, Washer Disinfectors including Chambers, Water Treatment and Purification systems including Reverse Osmosis.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £37,895,183.43

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £12,631,727.81 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Laboratory, Pathology & Analysis Equipment

Lot No

15

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Amplification Equipment, Analysers and Meters, Automated Systems, Blending Equipment, Cabinets, Chambers and Hoods including Ultra-Violet, Smoke, Fume, Anaerobic, Laminar Flow, Glove and Humidity / Temperature controlled., Chromatography, Spectroscopy and Spectrometry Equipment, Coagulation Equipment, Digital Morphology Equipment, Drying Equipment, Gel & Liquid documentation and Analysis including Culture Systems, Heating Equipment, Histology, Histopathology, Cytology and Microbiology Equipment, Liquid Handling Equipment and Measurement Equipment, Mixing Equipment, Mortuary Tables, Point of Care Marker and Analysis Equipment, Pumping Equipment, Sample and Tissue Preparation and Processing including associated equipment, Screening and Immunoassay Systems, Analysers and Processors, Separation Equipment, Shaking Equipment, Slicing Equipment, Storage and Safety Equipment, Weighing and Measuring Equipment .

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £1,201,554.6

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £400,518.20 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Radiotherapy Equipment and Treatment Systems

Lot No

16

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 50421200 - Repair and maintenance services of X-ray equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance, Repair and Calibration of Radiotherapy Treatment & Planning Systems such as Linear Accelerators (LINAC), Brachytherapy Seeds & Associated Systems, Computerised & Digital Radiography Readers (CR & DR).

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £7,625,250.33

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £2,541,750.11 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.

two.2) Description

two.2.1) Title

Robotic Surgical Systems

Lot No

17

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50324200 - Preventive maintenance services
  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50412000 - Repair and maintenance services of testing apparatus
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 50422000 - Repair and maintenance services of surgical equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various Locations in the UK

two.2.4) Description of the procurement

Maintenance Repair and Calibration of Robotic Systems including Surgical Systems.

two.2.5) Award criteria

Quality criterion - Name: General / Weighting: 3.5%

Quality criterion - Name: Technical Support / Weighting: 15%

Quality criterion - Name: Customer Service / Weighting: 5.5%

Quality criterion - Name: Penalties/Contractual Obligations / Weighting: 4%

Quality criterion - Name: Spare Parts, Repairs, Service Kits and Special Components / Weighting: 15%

Quality criterion - Name: Service Records / Weighting: 17%

Quality criterion - Name: Standards / Weighting: 4%

Quality criterion - Name: Public Services (Social Value) Act 2012 / Weighting: 6%

Cost criterion - Name: Financial Evaluation / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £6,608,550.27

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

This Framework Agreement will have the option to extend incrementally for a total of 72 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 initial term of 24 months of the Framework Agreement the value of purchases will be in the region of £2,202,850.09 however this is approximate only. The figures for the total estimated value are based on that initial expenditure and include a forecast for growth.


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, more than one or all of the 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. The Framework Agreement will be between NHS Supply Chain operated by DHL Supply Chain Limited acting as agent of Supply Chain Coordination Ltd (SCCL) and the Applicant, however 1) NHS Supply Chain; or, 2) any of the organisations described at Clause 1.9, Schedule 1 of the Framework Agreement (Appendix 4) will be able to enter into a direct contract with the Applicant for any of the Goods and Services available under the Framework. 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.2.1, 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. 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 Procurement portal at http://nhssupplychain.app.jaggar.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

Minimum level(s) of standards possibly required

Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.

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: 150

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

NHS SC does not anticipate many changes within this Market during the proposed Framework Agreement.

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 174-421556

four.2.2) Time limit for receipt of tenders or requests to participate

Date

22 October 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

Duration in months: 7 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

23 October 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

Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com

Candidates 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 using the URL https://nhssupplychain.app.jaggaer.com/ to access the portal.

Applicants are encouraged to download the supplier handbook located within the eProcurement portal by following the 'Supplier Help Centre' link within the Useful Links section of the Dashboard.

For any technical help with the portal please contact:

Tel: 0800 069 8630 or email: help_uk@jaggaer.com

Please refer to Section III.1.1 for additional information.

six.4) Procedures for review

six.4.1) Review body

DHL Supply Chain Limited

Normanton

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.