Notice Information
Notice Title
Framework for the supply of Textile Healthcare Products (THP) (R2)
Notice Description
This is a call for competition to establish a Multi Lot Framework of key suppliers to supply Textile Healthcare Products (THP) to the Contracting Authority's manufacturing site at Seaton Delaval in the North East of England. This Framework Agreement can be accessed by: Northumbria Healthcare Facilities Management Ltd (the Authority) a wholly owned subsidiary of Northumbria Healthcare NHS Foundation Trust. QE Facilities a wholly owned subsidiary company of Gateshead Health NHS Foundation Trust. The Framework comprises of 8 Lots: 1 Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes 2 Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons 3 Component parts used in the manufacture of Scrub Tops and Trousers, Pillows (Standard and Small), Waffle Summers blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Patient Safety Mitts, Kit Bags, Window Curtains, Slipperets, Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Smart Scrubs, Fleece Blankets 4 Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns 5 Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations. 6 Components parts used in the manufacture of Type II R Masks 7 Components parts used in the manufacture of Lip-Reading Masks 8 Component parts used in the manufacture of FFP3 Facemasks Tenderers may tender for one or more individual component(s) within any lot and appointment to the Framework Agreement will be made on a component by component basis only. Tenders will be evaluated as follows: Selection Questionnaire Quality Evaluation Commercial evaluation Each tender will be evaluated based on the most economically advantageous tender (MEAT) based on the following: Quality 60% and Price 40% All components will be evaluated individually in accordance with the above criteria. To be successful in gaining a place on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process. The Contracting Authority makes no guarantee as to the volumes of business or any business on offer and any figures / quantities / volumes stated are indicative and there for guidance only for costing purposes. Call Offs for Goods/Services under the framework will be made either via a direct award or a further competition depending on the requirement and the scope of the services, and solely at the discretion of the Contracting Authority. Further details of the Contracting Authority's requirements are detailed in the ITT documents which can be found at: https://procontract.due-north.com Additional information: The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-5709711f-8974-41cb-bc72-633ccb7a7109
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/f73b6a44-0dd6-4486-85b6-d3d44a24bdaa
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
19 - Leather and textile fabrics, plastic and rubber materials
-
- CPV Codes
19200000 - Textile fabrics and related items
19400000 - Textile yarn and thread
Notice Value(s)
- Tender Value
- £250,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Jul 20223 years ago
- Submission Deadline
- 29 Aug 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 2 Oct 2022 - 2 Oct 2026 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTHUMBRIA HEALTHCARE FACILITIES MANAGEMENT LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- NORTH SHIELDS
- Postcode
- NE27 0QJ
- Post Town
- Newcastle upon Tyne
- Country
- England
-
- Major Region (ITL 1)
- TLC North East (England)
- Basic Region (ITL 2)
- TLC4 Northumberland, Durham and Tyne & Wear
- Small Region (ITL 3)
- TLC43 Tyneside
- Delivery Location
- TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)
-
- Local Authority
- North Tyneside
- Electoral Ward
- Shiremoor
- Westminster Constituency
- Tynemouth
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/f73b6a44-0dd6-4486-85b6-d3d44a24bdaa
27th July 2022 - Opportunity notice on Contracts Finder
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-5709711f-8974-41cb-bc72-633ccb7a7109-2022-07-27T09:26:52+01:00",
"date": "2022-07-27T09:26:52+01:00",
"ocid": "ocds-b5fd17-5709711f-8974-41cb-bc72-633ccb7a7109",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "NHFML001-DN623588-81163264",
"title": "Framework for the supply of Textile Healthcare Products (THP) (R2)",
"description": "This is a call for competition to establish a Multi Lot Framework of key suppliers to supply Textile Healthcare Products (THP) to the Contracting Authority's manufacturing site at Seaton Delaval in the North East of England. This Framework Agreement can be accessed by: Northumbria Healthcare Facilities Management Ltd (the Authority) a wholly owned subsidiary of Northumbria Healthcare NHS Foundation Trust. QE Facilities a wholly owned subsidiary company of Gateshead Health NHS Foundation Trust. The Framework comprises of 8 Lots: 1 Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes 2 Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons 3 Component parts used in the manufacture of Scrub Tops and Trousers, Pillows (Standard and Small), Waffle Summers blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Patient Safety Mitts, Kit Bags, Window Curtains, Slipperets, Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Smart Scrubs, Fleece Blankets 4 Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns 5 Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations. 6 Components parts used in the manufacture of Type II R Masks 7 Components parts used in the manufacture of Lip-Reading Masks 8 Component parts used in the manufacture of FFP3 Facemasks Tenderers may tender for one or more individual component(s) within any lot and appointment to the Framework Agreement will be made on a component by component basis only. Tenders will be evaluated as follows: Selection Questionnaire Quality Evaluation Commercial evaluation Each tender will be evaluated based on the most economically advantageous tender (MEAT) based on the following: Quality 60% and Price 40% All components will be evaluated individually in accordance with the above criteria. To be successful in gaining a place on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process. The Contracting Authority makes no guarantee as to the volumes of business or any business on offer and any figures / quantities / volumes stated are indicative and there for guidance only for costing purposes. Call Offs for Goods/Services under the framework will be made either via a direct award or a further competition depending on the requirement and the scope of the services, and solely at the discretion of the Contracting Authority. Further details of the Contracting Authority's requirements are detailed in the ITT documents which can be found at: https://procontract.due-north.com Additional information: The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.",
"datePublished": "2022-07-27T09:26:52+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "19200000",
"description": "Textile fabrics and related items"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "19400000",
"description": "Textile yarn and thread"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "England",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 250000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-08-29T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2022-10-03T00:00:00+01:00",
"endDate": "2026-10-02T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "goods",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/f73b6a44-0dd6-4486-85b6-d3d44a24bdaa",
"datePublished": "2022-07-27T09:26:52+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-214405",
"name": "Northumbria Healthcare Facilities Management Limited",
"identifier": {
"legalName": "Northumbria Healthcare Facilities Management Limited"
},
"address": {
"streetAddress": "Northumbria House, Unit 7&8 Silver Fox Way,, Cobalt Business Park",
"locality": "North Shields",
"postalCode": "NE27 0QJ",
"countryName": "England"
},
"contactPoint": {
"name": "Simon Farr",
"email": "Simon.Farr@northumbria-healthcare.nhs.uk"
},
"details": {
"url": "https://nhfm.co.uk/"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-214405",
"name": "Northumbria Healthcare Facilities Management Limited"
}
}