- Scope of the procurement
- Lot 1 – General Patient Laundry and Linen Service (Hired and Owned)
- Lot 2 – CE Marked Barrier Theatre Textiles (Hired and Owned)
- Lot 3 - Managed Services (Services covered in Lot 1 and 2)
- Lot 4 - The Provision of Laundry Consultancy Services
- Lot 5 – Installation, Repairs and Maintenance of Commercial Laundry Equipment
- Lot 6a – Provision of Commercial Laundry Equipment
- Lot 6b – Provision of Commercial Laundry Equipment
- Lot 7 – Transportation and Distribution of Linen
Section one: Contracting authority
one.1) Name and addresses
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Don Valley House, Savile Street East
Sheffield
S4 7UQ
Contact
Imran Ahmed
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's 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://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
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://health-family.force.com/s/Welcome
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
NOE CPC Laundry an Linen Services Total Solutions
Reference number
NOE.0572
two.1.2) Main CPV code
- 98311200 - Laundry-operation services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS North of England Commercial Procurement Collaborative (NOE CPC) is establishing a Framework Agreement that provides a compliant, easy to use solution that covers the total requirements for the Delivery and Management of Laundry and Linen Services for Contracting Authorities across the healthcare, wider public and charitable sector in the UK.
Lot 1 - General Patient Laundry and Linen Service (Hired and Trust Owned)
Lot 2 - CE Marked Barrier Theatre Textiles (Hired and Trust Owned)
Lot 3 - Managed Services
Lot 4 - The Provision of Laundry Consultancy Services
Lot 5 - Installation, Repairs and Maintenance of Commercial Laundry Equipment
Lot 6a – Provision of Commercial Laundry Equipment
Lot 6b – Provision of Industrial Laundry Equipment
Lot 7 – Transportation and Distribution of Linen
two.1.5) Estimated total value
Value excluding VAT: £2,710,000,000
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 1 – General Patient Laundry and Linen Service (Hired and Owned)
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 39291000 - Laundry supplies
- 39518000 - Hospital linen
- 39512000 - Bed linen
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 1 – General Patient Laundry and Linen Service (This includes garments Hired from the Supplier and garments Owned by the Authority)
The Service Provider will collect soiled linen from central points within the Contracting Authorities premises. Please note that in most cases, Contracting Authority Owned General Patient linen accounts to around 1% – 4% of the total amount used.
The Service Provider will provide linen/uniforms as required and agreed with the Contracting Authority.
The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval.
Barnsley Facilities Services Limited
BARNSLEY HOSPITAL NHS FOUNDATION TRUST
BRADFORD TEACHING HOSPITALS NHS FOUNDATION TRUST
CALDERDALE AND HUDDERSFIELD NHS FOUNDATION TRUST
Calderdale and Huddersfield Solutions Limited
CALDERDALE AND HUDDERSFIELD NHS FOUNDATION TRUST
CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST
DERBYSHIRE COMMUNITY HEALTH SERVICES NHS FOUNDATION TRUST
Derbyshire Support and Facilities Services Limited
CHESTERFIELD ROYAL HOSPITAL NHS FOUNDATION TRUST
DONCASTER AND BASSETLAW TEACHING HOSPITALS NHS FOUNDATION TRUST
HARROGATE AND DISTRICT NHS FOUNDATION TRUST
Harrogate Healthcare Facilities Management Ltd (T/A Harrogate Integrated Facilities LTD)
HUMBER TEACHING NHS FOUNDATION TRUST
LEEDS AND YORK PARTNERSHIP NHS FOUNDATION TRUST
LEEDS COMMUNITY HEALTHCARE NHS TRUST
LEEDS TEACHING HOSPITALS NHS TRUST
LEICESTERSHIRE PARTNERSHIP NHS TRUST
LINCOLNSHIRE COMMUNITY HEALTH SERVICES NHS TRUST
LINCOLNSHIRE PARTNERSHIP NHS FOUNDATION TRUST
LOCALA COMMUNITY PARTNERSHIPS CIC
MANX CARE
MID YORKSHIRE HOSPITALS NHS TRUST
NORTHERN LINCOLNSHIRE AND GOOLE NHS FOUNDATION TRUST
SHEFFIELD CHILDREN'S NHS FOUNDATION TRUST
SHEFFIELD HEALTH & SOCIAL CARE NHS FOUNDATION TRUST
SHEFFIELD TEACHING HOSPITALS NHS FOUNDATION TRUST
SHERWOOD FOREST HOSPITALS NHS FOUNDATION TRUST
THE NEWCASTLE UPON TYNE HOSPITALS NHS FOUNDATION TRUST
THE ROTHERHAM NHS FOUNDATION TRUST
UNITED LINCOLNSHIRE HOSPITALS NHS TRUST
UNIVERSITY HOSPITALS OF DERBY AND BURTON NHS FOUNDATION TRUST
UNIVERSITY HOSPITALS OF LEICESTER NHS TRUST
YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST
York Teaching Hospital Facilities Management
YORK AND SCARBOROUGH TEACHING HOSPITALS NHS FOUNDATION TRUST
YORKSHIRE AMBULANCE SERVICE NHS TRUST
A full list of current NHS PiP members is available at all times on the below websites;
http://noecpc.nhs.uk/current-members
https://www.commercialsolutions-sec.nhs.uk/
https://www.lpp.nhs.uk/about-nhs-london-procurement-partnership/our-members/
https://www.eoecph.nhs.uk/
NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members
and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term.
See Section II.2.11 and VI.3 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
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: £1,000,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
N/A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The entities eligible to utilise this framework agreement, subject to approval of NOE CPC, includes but will not be limited to Acute; Foundation; Ambulance; Community; Care; Primary Care; Clinical Commissioning Groups, Mental Health Trusts, Integrated Care Systems (ICS’s), Community Interest Companies (CIC), associated wholly owned companies and subsidiaries and successor bodies.
Acute Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
Clinical commissioning groups (CCGs):
http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
Mental Health Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
Ambulance Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
Care Trusts:
http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
NHS Trust Development Authority (TDA):
http://www.ntda.nhs.uk/
Special Health Authorities:
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
Integrated Care Systems (ICS’s) and the contracting authorities which make up those ICS’s, a listing of which can be found at; https://www.england.nhs.uk/integratedcard/integrated-care-in-your-area/
Arms Length Bodies:
https://www.gov.uk/government/publications/arms-length-bodies/our-arms-length-bodies
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations, as identified at:
https://www.england.nhs.uk/south/info-professional/stps/
NHS England:
http://www.england.nhs.uk/ourwork/d-com/ and other organisations involved in commissioning of primary care services via Clinical Commissioning Groups – CCGs supported by the Commissioning Support Units – CSU’s which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.
CCG: https://www.england.nhs.uk/resources/ccg-directory
CSU:https://www.england.nhs.uk/commissioning/supporting-commissioners/
The Clinical Commissioning Board, Area Teams:
http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services and GP consortia and GP Practices:
and any other provider of primary medical services:
a) who are a party to any of the following contracts:
- General Medical Services (GMS),
- Personal Medical Services (PMS),
- Alternative Provider Medical Services (APMS) and/or
b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
Social Enterprises:
http://www.socialenterprise.org.uk/
Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish and community councils)
Local Councils in England, Scotland and Wales:
https://www.gov.uk/find-local-council
Local Authority Councils in Northern Ireland:
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
NHS Wales (National Health Service for Wales) including but not limited to: Welsh Health Boards, Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:
https://www.wales.nhs.uk/ourservices/directory/LocalHealthBoards
NHS Scotland (National Health Service for Scotland) including but not limited to: NHS Boards, Hospitals, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:
http://www.healthscotland.com/about/index.aspx
Continued at Section VI.3 Additional Information
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at: https://health-family.force.com/login
For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk
two.2) Description
two.2.1) Title
Lot 2 – CE Marked Barrier Theatre Textiles (Hired and Owned)
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 39518100 - Operating-theatre drapes
- 39518200 - Operating-theatre sheets
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 – CE Marked Barrier Theatre Textiles This includes garments Hired from the Supplier and garments Owned by the Authority)
This Lot is for the processing (collection, wash, finish and return) of reusable CE marked barrier theatre textiles (gowns or gown replacements and drapes) of both Contracting Authority Owned and Hired goods.
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: £500,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
N/A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 3 - Managed Services (Services covered in Lot 1 and 2)
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 39291000 - Laundry supplies
- 39512000 - Bed linen
- 39518000 - Hospital linen
- 39518100 - Operating-theatre drapes
- 39518200 - Operating-theatre sheets
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 – Managed Services – these are services that are included in Lot 1 and 2 and any other similar requirements.
This Lot includes, but not limited to:
Service Provider offering a Managed Service for the scope covered under Lot 1 and 2, where they are fully responsible for the managing the capacity, planning, collection and distribution of linen stock across the Contracting Authority
Service Provider offering Pack to Ward, where items are packed and distributed as per the requirements of a department/ward at Contracting Authority locations
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: £600,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
N/A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 4 - The Provision of Laundry Consultancy Services
Lot No
Lot 4
two.2.2) Additional CPV code(s)
- 98311100 - Laundry-management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 4 - The Provision of Laundry Consultancy Services
Contracting Authorities may have a variety of arrangements in place to deliver their laundry requirements. These may include but are not limited to:
Outsourced laundry services to the independent sector
Outsourced laundry services to other Contracting Authorities
Outsourced fully managed laundry services
Improving In house service provision
Hybrid laundry services, including both in house and outsourced service provision
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: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
N/A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 5 – Installation, Repairs and Maintenance of Commercial Laundry Equipment
Lot No
Lot 5
two.2.2) Additional CPV code(s)
- 51543400 - Installation services of laundry washing, dry-cleaning and drying machines
- 51000000 - Installation services (except software)
- 51543400 - Installation services of laundry washing, dry-cleaning and drying machines
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 5 – Installation, Repairs and Maintenance of Commercial Laundry Equipment
This Lot includes, but not limited to:
Supply and Installation or Installation of commercial laundry equipment, such as washers, dryers, ironing and finishing machinery etc.
Repairs and Maintenance of the above equipment, including emergency/responsive and planned repairs, servicing and any statutory inspections recommended as per the manufacturer/industrial standards
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: £250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
N/A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 6a – Provision of Commercial Laundry Equipment
Lot No
Lot 6a
two.2.2) Additional CPV code(s)
- 42716000 - Laundry washing, dry-cleaning and drying machines
- 42716000 - Laundry washing, dry-cleaning and drying machines
- 42716120 - Washing machines
- 42716200 - Drying machines
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 6a – Provision of Commercial Laundry Equipment (This includes the option to lease and purchase)
This Lot includes, but not limited to:
Supply or Supply, Installation and maintenance of commercial laundry equipment, such as washers, dryers, ironing and finishing machinery etc. The service provider should be able to offer a solution where contacting authorities have the option of purchasing or hiring of such equipment.
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: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
N/A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 6b – Provision of Commercial Laundry Equipment
Lot No
Lot 6b
two.2.2) Additional CPV code(s)
- 42000000 - Industrial machinery
- 42716000 - Laundry washing, dry-cleaning and drying machines
- 42716120 - Washing machines
- 42716200 - Drying machines
- 42718000 - Textile-finishing machinery
- 39713211 - Drying and pressing unit
- 42717000 - Linen ironing and folding equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 6b – Provision of Industrial Laundry Equipment (This includes the options to lease and purchase)
Supply or Supply, Installation and maintenance of industrial laundry equipment, such as washers, dryers, ironing and finishing machinery etc. The service provider should be able to offer a solution where contacting authorities have the option of purchasing or hiring of such equipment.
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: £150,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
N/A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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) Description
two.2.1) Title
Lot 7 – Transportation and Distribution of Linen
Lot No
Lot 7
two.2.2) Additional CPV code(s)
- 60000000 - Transport services (excl. Waste transport)
- 98311000 - Laundry-collection services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).
two.2.4) Description of the procurement
Lot 7 – Transportation and Distribution of Linen
This Lot includes, but not limited to:
Service provider offering transportation and distribution solutions to Contracting Authority’s in-house laundry and linen services, to store and move linen items across their sites and any customers that they may serve.
Provide additional capacity to Contracting Authority’s in-house transportation and distribution capabilities, to be able to provide linen and laundry services to other organisations.
Service providers must be able to meet the requirements for handling of dirty linen and infection control as outlined in the Department of Health Technical Memorandum HTM 01-04 or the Welsh Health Technical Memorandum WHTM 01-04 for those Contracting Authorities in Wales.
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: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
N/A
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
See SQ/ITT
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See SQ/ITT
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
Additional information about electronic auction
Participating Authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this 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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 January 2023
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
30 January 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
six.3) Additional information
NHS Northern Ireland (National Health Service for Northern Ireland) including but not limited to: Health and Social Care Trusts, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, social care services and community services, including those provided through community health centres and mental health services:
http://www.hscni.net/
Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health & Social Care, as listed at:
https://www.gov.im/about-the-government/departments
Educational Establishments in England & Wales listed on the Department for Education’s Register EduBase (to be superseded by GIAS (Get Information about Schools) including establishments providing compulsory, higher and further education:
https://www.get-information-schools.service.gov.uk
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
Schools in England
https://www.gov.uk/government/publications/schools-in-england
Education Trusts
https://www.gov.uk/types-of-school/academies
Schools in Wales
https://gov.wales/address-list-schools
Further and Higher Education Recognised Institutions or listed bodies in the UK offering degree-level courses:
https://www.officeforstudents.org.uk/advice-and-guidance/the-register/the-ofs-register/#/
Schools in Scotland including primary, secondary and special schools:
https://education.gov.scot/parentzone/
Educational Establishments in Scotland:
http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishmentsSchools and Educational Establishments in Northern Ireland:
https://www.education-ni.gov.uk/services/schools-plus
Higher Education Universities and Colleges in Northern Ireland:
https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces.
https://www.police.uk/forces/
England Fire and Rescue Services
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
Scottish Fire & Rescue Services
http://www.firescotland.gov.uk/your-area.aspx
Welsh Fire & Rescue Services
https://gov.wales/fire-rescue
Northern Ireland Fire & Rescue Service
https://www.nifrs.org/
UK Maritime & Coastguard Agency
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening
Registered charities in England and Wales:
https://www.gov.uk/find-charity-information
Registered charities in Scotland:
http://www.oscr.org.uk/charities
Registered charities in Northern Ireland:
http://www.charitycommissionni.org.uk/charity-search/
Ministry of Defence (MOD):
https://www.gov.uk/government/organisations/ministry-of-defence
Royal Navy - https://www.royalnavy.mod.uk/
British Army - http://www.army.mod.uk/
Royal Air Force - https://www.raf.mod.uk/
Registered social landlords: government funded not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
England
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Scotland
http://directory.scottishhousingregulator.gov.uk/pages/default.aspx
Wales
http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
Northern Ireland
https://www.nidirect.gov.uk/contacts/housing-associations
Any other public sector and government organisations, including, but not limited to, those listed at; Departments, agencies and public bodies
https://www.gov.uk/government/organisations
six.4) Procedures for review
six.4.1) Review body
North of England Commercial Procurement Collaborative (NOE CPC)
Savile Street East,
Sheffield,
S4 7UQ
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015.
Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.
Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.