Opportunity

National Healthcare Uniforms

  • NHS Supply Chain - Hotel Services is operated by North of England Commercial Procurement Collaborative ('NOE CPC') (who are hosted by Leeds and York Partnership NHS Foundation Trust) is acting on behalf of Supply Chain Coordination Ltd

F02: Contract notice

Notice reference: 2021/S 000-023385

Published 20 September 2021, 10:44pm



Section one: Contracting authority

one.1) Name and addresses

NHS Supply Chain - Hotel Services is operated by North of England Commercial Procurement Collaborative ('NOE CPC') (who are hosted by Leeds and York Partnership NHS Foundation Trust) is acting on behalf of Supply Chain Coordination Ltd

Don Valley House, Saville Street East

Sheffield

S4 7UQ

Email

Sarah.Good@supplychain.nhs.uk

Telephone

+44 7887527563

Country

United Kingdom

NUTS code

UKE32 - Sheffield

Internet address(es)

Main address

www.supplychain.nhs.uk

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

National Healthcare Uniforms

two.1.2) Main CPV code

  • 18000000 - Clothing, footwear, luggage articles and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

National Healthcare Uniform - For the supply of a National Healthcare Uniform for Trusts across NHS England. There are approximately 667k nursing staff and Allied Health Professionals across NHS England. Existing uniforms are generally replaced on a rolling schedule based upon wear and tear. The number of garments issued to each Healthcare Professional varies across trusts but is typically 4 to 5 sets per professional. The current supply chain is complex with a proliferation of styles, colours, embroidery and rank identifiers. This opportunity is for an alignment of specification for Trusts across NHS England. This opportunity involves working with Tower 11 and other stakeholders in producing 1 design which is anticipated to cover either a smart scrub / scrub or tunic with a pair of trousers and/or dress. We anticipate awarding to more than 1 supplier utilising the competitive dialogue tender process.

two.1.5) Estimated total value

Value excluding VAT: £125,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE32 - Sheffield

two.2.4) Description of the procurement

To supply a range of core uniform garments as specified within the Invitation to Tender including but not limited to - smart scrubs/tunics, trousers, shorts, dresses. In order to fulfil the requirements within the healthcare environment.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £125,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 2

two.2.10) Information about variants

Variants will be accepted: Yes

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


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

any NHS Trust; other NHS entities; any private sector entity which is active in the United Kingdom Healthcare Sector; or any government department, government agency or other statutory body entitled to purchase National Healthcare Uniforms.

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

Competitive dialogue

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 a single operator

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

A five year duration is proposed because this tender is expected to significantly change the supply market for Healthcare Uniforms.

It is anticipated that to transform the current Uniform estate will require a protracted implementation period of up to 3 years and a period of stable supply is required after this to allow suppliers the opportunity to recover what is anticipated will be significant

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

An electronic auction is being used as part of the Tender Evaluation, further details are included in the Invitation to Tender.

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

18 October 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

NHS Supply Chain – Hotel Services is operated by North of England Commercial Procurement Collaborative (‘NOE CPC’) (who are hosted by Leeds and York Partnership NHS Foundation Trust) is acting on behalf of Supply Chain Coordination Ltd

Don Valley House, Saville Street East

Sheffield

S4 7UQ

Country

United Kingdom