Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Contact
Tim Cole
Telephone
+44 77971583706
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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 the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
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
150000000
two.1.2) Main CPV code
- 33760000 - Toilet paper, handkerchiefs, hand towels and serviettes
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Supply Chain - FMOS seeks to establish a Framework Agreement for the supply of Paper Hygiene Products comprising of Hand Towels, Centrefeed, Couch Roll, Facial Tissue, Toilet Tissue. As the main provider into the NHS, we estimate the contract value per annum to be between £27,000,000 to £37,000,000 depending on Customer requirements. We are proposing a 4 year Framework duration. The products are to be supplied to NHS Supply Chain - FMOS depots via the Stock and e-direct routes.
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
Lot No
1
two.2.2) Additional CPV code(s)
- 33763000 - Paper hand towels
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of paper Hand Towel Sleeves to fulfil the generic requirements within the healthcare environment
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 30%
Quality criterion - Name: Sales, Service and Quality / Weighting: 15%
Quality criterion - Name: Inventory Assessment / Weighting: 5%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 1 of the Framework Agreement.
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 33763000 - Paper hand towels
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of paper Hand Towel Rolls to fulfil the generic requirements within the healthcare environment
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 30%
Quality criterion - Name: Sales, Service and Quality / Weighting: 15%
Quality criterion - Name: Inventory Assessment / Weighting: 5%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 2 of the Framework Agreement.
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 33772000 - Disposable paper products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of Centrefeed rolls to fulfil the generic requirements within the healthcare environment
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 30%
Quality criterion - Name: Sales, Service and Quality / Weighting: 15%
Quality criterion - Name: Inventory Assessment / Weighting: 5%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 3 of the Framework Agreement.
two.2) Description
two.2.1) Title
Lot No
4
two.2.2) Additional CPV code(s)
- 33772000 - Disposable paper products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of Facial Tissues to fulfil the generic requirements within the healthcare environment
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 30%
Quality criterion - Name: Sales, Service and Quality / Weighting: 15%
Quality criterion - Name: Inventory Assessment / Weighting: 5%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 4 of the Framework Agreement.
two.2) Description
two.2.1) Title
Lot No
5
two.2.2) Additional CPV code(s)
- 33772000 - Disposable paper products
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of Couch Rolls and Wipers to fulfil the generic requirements within the healthcare environment
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 30%
Quality criterion - Name: Sales, Service and Quality / Weighting: 15%
Quality criterion - Name: Inventory Assessment / Weighting: 5%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 5 of the Framework Agreement.
two.2) Description
two.2.1) Title
Lot No
6
two.2.2) Additional CPV code(s)
- 33761000 - Toilet paper
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of Jumbo Toilet Tissue to fulfil the generic requirements within the healthcare environment
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 30%
Quality criterion - Name: Sales, Service and Quality / Weighting: 15%
Quality criterion - Name: Inventory Assessment / Weighting: 5%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 6 of the Framework Agreement.
two.2) Description
two.2.1) Title
Lot No
7
two.2.2) Additional CPV code(s)
- 33761000 - Toilet paper
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of Bulk Pack and Conventional Toilet Tissue to fulfil the generic requirements within the healthcare environment
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 30%
Quality criterion - Name: Sales, Service and Quality / Weighting: 15%
Quality criterion - Name: Inventory Assessment / Weighting: 5%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 7 of the Framework Agreement.
two.2) Description
two.2.1) Title
Lot No
8
two.2.2) Additional CPV code(s)
- 33761000 - Toilet paper
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To supply a range of System Toilet Tissue to fulfil the generic requirements within the healthcare environment.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 30%
Quality criterion - Name: Sales, Service and Quality / Weighting: 15%
Quality criterion - Name: Inventory Assessment / Weighting: 5%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 8 of the Framework Agreement.
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 - FMOS 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 - FMOS will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain - FMOS intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain - FMOS 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 - Hotel Services 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 - Hotel Services 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 - FMOS 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 - FMOS's eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ 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. Applicants should note that NHS Supply Chain - FMOS anticipates re-opening competition for Product Lines under the Framework Agreement pursuant to the Nationally Contracted Products Programme (“NCP”). Awarded suppliers shall be engaged with at the time of competition and further details provided.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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
List and brief description of selection criteria
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.
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
four.1.6) Information about electronic auction
An electronic auction will be used
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: 2022/S 000-031082
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 August 2023
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
29 August 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/
Applicants wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal as follows:
Registration:
1) use URL https://nhssupplychain.app.jaggaer.com/ to access the NHS Supply Chain Procurement portal;
2) if not yet registered:
— click on the ‘Register Here’ link to access the registration page,
— complete the registration pages.
Portal access:
If registration has been completed:
— login with URL https://nhssupplychain.app.jaggaer.com/
— Applicants should download the Supplier Userguide located within the eProcurement portal.
— Select “My ITT’s”,
— Select the three ”…” to the top right hand side of the screen.
— Select “Help for Suppliers”. This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid.
Support:
Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on;
Tel: 0800 069 8630
Email: help_uk@jaggaer.com
six.4) Procedures for review
six.4.1) Review body
NHS Supply 'Chain
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).
NHS Supply Chain is not liable for any costs (including any third-party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.