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
Telephone
+44 7887527563
Country
United Kingdom
NUTS code
UKE32 - Sheffield
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
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