Notice Information
Notice Title
Disposable Cubicle Shower and Window Curtains 2021
Notice Description
Non-exclusive framework agreement for the supply of Anti-Microbial treated and Non Treated disposable cubicle, shower and window curtains direct to customers via the eDirect or Direct route to market. This framework agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months. It is anticipated that in the first 24 months of the framework agreement the value of purchases will be circa GBP 11 930 000 and if extended the 4-year purchase value will be in the region of GBP 23 860 000, however this is approximate only and includes a forecast for growth. The values may vary depending on the requirements of those bodies purchasing under the framework agreement.
Lot Information
Anti-Microbial Treated Curtains
Anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to: -- eyelet -- 'Internal hanging type' mechanism -- 'External hanging type' mechanism. Curtains with other types of hanging mechanisms can be offered as additional lines. The curtains have non-detachable fittings, date and curtain change labels and curtain hooks. It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required. The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes. The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission; ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2105 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant). Additional information: It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 2 800 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 5 600 000 excluding VAT.
Options: This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months.
Non Anti-Microbial Treated CurtainsNon anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to: -- eyelet -- 'Internal hanging type' mechanism -- 'External hanging type' mechanism. Curtains with other types of hanging mechanisms can be offered as additional lines. The curtains have non-detachable fittings, date and curtain change labels and curtain hooks. It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required. The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes. The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission; ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2105 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant). Additional information: It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 9 130 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 18 260 000 excluding VAT.
Options: This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months.
Lot 1 - Anti-Microbial Treated CurtainsAnti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to: -- eyelet -- 'Internal hanging type' mechanism -- 'External hanging type' mechanism. Curtains with other types of hanging mechanisms can be offered as additional lines. The curtains have non-detachable fittings, date and curtain change labels and curtain hooks. It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required. The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes. The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission; ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2015 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant). Additional information: It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 2 800 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 5 600 000 excluding VAT.
Options: This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months.
Lot 2 - Non Anti-Microbial Treated CurtainsNon anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to: -- eyelet -- 'Internal hanging type' mechanism -- 'External hanging type' mechanism. Curtains with other types of hanging mechanisms can be offered as additional lines. The curtains have non-detachable fittings, date and curtain change labels and curtain hooks. It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required. The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes. The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission; ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2015 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant). Additional information: It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 9 130 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 18 260 000 excluding VAT.
Options: This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-028ec1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015456-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
19 - Leather and textile fabrics, plastic and rubber materials
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
-
- CPV Codes
19732000 - Polypropylene
39515000 - Curtains, drapes, valances and textile blinds
39515100 - Curtains
Notice Value(s)
- Tender Value
- £23,860,000 £10M-£100M
- Lots Value
- £23,860,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £18,820,000 £10M-£100M
Notice Dates
- Publication Date
- 5 Jul 20214 years ago
- Submission Deadline
- 3 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 24 May 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS SUPPLY CHAIN OPERATED BY NORTH OF ENGLAND COMMERCIAL PROCUREMENT COLLABORATIVE (WHO ARE HOSTED BY LEEDS AND YORK PARTNERSHIP NHS FOUNDATION TRUST) ACTING ON BEHALF OF SUPPLY CHAIN COORDINATION LTD
- Contact Name
- Bob Mason
- Contact Email
- bob.mason@supplychain.nhs.uk
- Contact Phone
- +44 7920586905
Buyer Location
- Locality
- SHEFFIELD
- Postcode
- S4 7UQ
- Post Town
- Sheffield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE3 South Yorkshire
- Small Region (ITL 3)
- TLE32 Sheffield
- Delivery Location
- Not specified
-
- Local Authority
- Sheffield
- Electoral Ward
- Burngreave
- Westminster Constituency
- Sheffield Brightside and Hillsborough
Further Information
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-h6vhtk-028ec1-2021-07-05T22:45:03+01:00",
"date": "2021-07-05T22:45:03+01:00",
"ocid": "ocds-h6vhtk-028ec1",
"description": "Accessing the tender: 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",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-028ec1",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Disposable Cubicle Shower and Window Curtains 2021",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "39515000",
"description": "Curtains, drapes, valances and textile blinds"
},
"mainProcurementCategory": "goods",
"description": "Non-exclusive framework agreement for the supply of Anti-Microbial treated and Non Treated disposable cubicle, shower and window curtains direct to customers via the eDirect or Direct route to market. This framework agreement will have an initial term of 24 months with an option to extend incrementally for up to a total period of 48 months. It is anticipated that in the first 24 months of the framework agreement the value of purchases will be circa GBP 11 930 000 and if extended the 4-year purchase value will be in the region of GBP 23 860 000, however this is approximate only and includes a forecast for growth. The values may vary depending on the requirements of those bodies purchasing under the framework agreement.",
"value": {
"amount": 23860000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Anti-Microbial Treated Curtains",
"description": "Anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to: -- eyelet -- 'Internal hanging type' mechanism -- 'External hanging type' mechanism. Curtains with other types of hanging mechanisms can be offered as additional lines. The curtains have non-detachable fittings, date and curtain change labels and curtain hooks. It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required. The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes. The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission; ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2105 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant). Additional information: It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 2 800 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 5 600 000 excluding VAT.",
"awardCriteria": {
"criteria": [
{
"name": "Sustainability",
"type": "quality",
"description": "15%"
},
{
"name": "Resilience",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "80%"
}
]
},
"value": {
"amount": 5600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months."
},
"status": "active"
},
{
"id": "2",
"title": "Non Anti-Microbial Treated Curtains",
"description": "Non anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to: -- eyelet -- 'Internal hanging type' mechanism -- 'External hanging type' mechanism. Curtains with other types of hanging mechanisms can be offered as additional lines. The curtains have non-detachable fittings, date and curtain change labels and curtain hooks. It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required. The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes. The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission; ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2105 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant). Additional information: It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 9 130 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 18 260 000 excluding VAT.",
"awardCriteria": {
"criteria": [
{
"name": "Sustainability",
"type": "quality",
"description": "15%"
},
{
"name": "Resilience",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "80%"
}
]
},
"value": {
"amount": 18260000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months."
},
"status": "active"
},
{
"id": "1 - Anti-Microbial Treated Curtains",
"description": "Anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to: -- eyelet -- 'Internal hanging type' mechanism -- 'External hanging type' mechanism. Curtains with other types of hanging mechanisms can be offered as additional lines. The curtains have non-detachable fittings, date and curtain change labels and curtain hooks. It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required. The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes. The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission; ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2015 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant). Additional information: It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 2 800 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 5 600 000 excluding VAT.",
"awardCriteria": {
"criteria": [
{
"name": "Sustainability",
"type": "quality",
"description": "15%"
},
{
"name": "Resilience",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "80%"
}
]
},
"hasOptions": true,
"options": {
"description": "This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months."
},
"status": "cancelled"
},
{
"id": "2 - Non Anti-Microbial Treated Curtains",
"description": "Non anti-microbial treated curtains are required in a range of sizes (small, medium, large) with various hanging mechanisms. The hanging mechanisms include but are not limited to: -- eyelet -- 'Internal hanging type' mechanism -- 'External hanging type' mechanism. Curtains with other types of hanging mechanisms can be offered as additional lines. The curtains have non-detachable fittings, date and curtain change labels and curtain hooks. It is anticipated that a fitting and removal service will be provided by the supplier on a quotation basis at the point of customer request, should it be required. The products within this lot are supplied to the NHS Supply Chain customer base direct via the eDirect and Direct routes. The following certification will be a requirement of the upcoming tender exercise and applicants will be required to include evidence of this with their tender submission; ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage and distribution. Applicants should note that if an applicant intends to commit to obtain ISO 9001:2015 at tender submission then further evidence will be asked for with their bid to provide evidence of their current position in obtaining ISO 9001:2015. The requirement is that ISO 9001:2015 is in place at prior to the commencement of the framework agreement (in order for NHS Supply Chain to trade with the successful applicant). Additional information: It is anticipated that in the first 24 months of the framework agreement, the value of purchases for this lot will be circa GBP 9 130 000 excluding VAT and for the full 48-month term (if extended), the anticipated value will be circa GBP 18 260 000 excluding VAT.",
"awardCriteria": {
"criteria": [
{
"name": "Sustainability",
"type": "quality",
"description": "15%"
},
{
"name": "Resilience",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "80%"
}
]
},
"hasOptions": true,
"options": {
"description": "This framework agreement is for 24 months with the option to extend incrementally for up to a total period of 48 months."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "19732000",
"description": "Polypropylene"
},
{
"scheme": "CPV",
"id": "39515100",
"description": "Curtains"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various locations within the UK"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "19732000",
"description": "Polypropylene"
},
{
"scheme": "CPV",
"id": "39515100",
"description": "Curtains"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Various locations within the UK"
},
"relatedLot": "2"
},
{
"id": "1 - Anti-Microbial Treated Curtains",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "19732000",
"description": "Polypropylene"
},
{
"scheme": "CPV",
"id": "39515100",
"description": "Curtains"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1 - Anti-Microbial Treated Curtains"
},
{
"id": "2 - Non Anti-Microbial Treated Curtains",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "19732000",
"description": "Polypropylene"
},
{
"scheme": "CPV",
"id": "39515100",
"description": "Curtains"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2 - Non Anti-Microbial Treated Curtains"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://nhssupplychain.app.jaggaer.com/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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 or both 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 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 will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain 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 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.2.6), NHS Supply Chain 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 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. All communications must be made through NHS Supply Chain's eTendering portal at https://nhssupplychain.app.jaggaer.com/ 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.",
"appliesTo": [
"supplier"
]
},
{
"minimum": "Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents."
}
]
},
"contractTerms": {
"performanceTerms": "The framework agreement includes obligations with respect to environmental issues and a requirement for successful suppliers to comply with the NHS Supply Chain code of conduct.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 15
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-03-03T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-03-04T09:00:00Z"
},
"bidOpening": {
"date": "2021-03-04T09:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "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."
},
"parties": [
{
"id": "GB-FTS-3750",
"name": "NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd",
"identifier": {
"legalName": "NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd",
"id": "528867"
},
"address": {
"streetAddress": "Don Valley House, Saville Street East",
"locality": "Sheffield",
"region": "UK",
"postalCode": "S4 7UQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Bob Mason",
"telephone": "+44 7920586905",
"email": "Bob.Mason@supplychain.nhs.uk",
"url": "https://nhssupplychain.app.jaggaer.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.supplychain.nhs.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-3332",
"name": "Not applicable",
"identifier": {
"legalName": "Not applicable"
},
"address": {
"locality": "Not applicable",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-21563",
"name": "Behrens Healthcare (a trading division of Sir Jacob Behrens & Sons Ltd)",
"identifier": {
"legalName": "Behrens Healthcare (a trading division of Sir Jacob Behrens & Sons Ltd)"
},
"address": {
"locality": "Manchester",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-16123",
"name": "Bio Technics Ltd",
"identifier": {
"legalName": "Bio Technics Ltd"
},
"address": {
"locality": "Liverpool",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21564",
"name": "Disposable Cubicle Curtains Limited trading as Hygenica",
"identifier": {
"legalName": "Disposable Cubicle Curtains Limited trading as Hygenica"
},
"address": {
"locality": "Wolverhampton",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-9915",
"name": "Inivos Ltd",
"identifier": {
"legalName": "Inivos Ltd"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21565",
"name": "Iskus Health UK Limited",
"identifier": {
"legalName": "Iskus Health UK Limited"
},
"address": {
"locality": "Warwick",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21566",
"name": "Leo Medica Europe Ltd",
"identifier": {
"legalName": "Leo Medica Europe Ltd"
},
"address": {
"locality": "Taplow",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21567",
"name": "Marlux Medical Ltd",
"identifier": {
"legalName": "Marlux Medical Ltd"
},
"address": {
"locality": "Birmingham",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21568",
"name": "Opal Disposables Limited",
"identifier": {
"legalName": "Opal Disposables Limited"
},
"address": {
"locality": "Birmingham",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21569",
"name": "ORN (Int) Limited Trading As Spectra Corporate",
"identifier": {
"legalName": "ORN (Int) Limited Trading As Spectra Corporate"
},
"address": {
"locality": "Banbury",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21570",
"name": "Southgate Global Limited",
"identifier": {
"legalName": "Southgate Global Limited"
},
"address": {
"locality": "Kings Lynn",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-21571",
"name": "Yewdale Corporation",
"identifier": {
"legalName": "Yewdale Corporation"
},
"address": {
"locality": "Wickford",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21572",
"name": "Interweave Textiles Limited",
"identifier": {
"legalName": "Interweave Textiles Limited"
},
"address": {
"locality": "Huddersfield",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-21573",
"name": "Grosvenor Contracts London Limited",
"identifier": {
"legalName": "Grosvenor Contracts London Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-142",
"name": "Not Applicable",
"identifier": {
"legalName": "Not Applicable"
},
"address": {
"locality": "Not Applicable",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-3750",
"name": "NHS Supply Chain operated by North of England Commercial Procurement Collaborative (who are hosted by Leeds and York Partnership NHS Foundation Trust) acting on behalf of Supply Chain Coordination Ltd"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:119881-2020:TEXT:EN:HTML"
}
],
"language": "en",
"awards": [
{
"id": "015456-2021-1",
"title": "Anti-Microbial Treated Curtains",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21563",
"name": "Behrens Healthcare (a trading division of Sir Jacob Behrens & Sons Ltd)"
},
{
"id": "GB-FTS-16123",
"name": "Bio Technics Ltd"
},
{
"id": "GB-FTS-21564",
"name": "Disposable Cubicle Curtains Limited trading as Hygenica"
},
{
"id": "GB-FTS-9915",
"name": "Inivos Ltd"
},
{
"id": "GB-FTS-21565",
"name": "Iskus Health UK Limited"
},
{
"id": "GB-FTS-21566",
"name": "Leo Medica Europe Ltd"
},
{
"id": "GB-FTS-21567",
"name": "Marlux Medical Ltd"
},
{
"id": "GB-FTS-21568",
"name": "Opal Disposables Limited"
},
{
"id": "GB-FTS-21569",
"name": "ORN (Int) Limited Trading As Spectra Corporate"
},
{
"id": "GB-FTS-21570",
"name": "Southgate Global Limited"
},
{
"id": "GB-FTS-21571",
"name": "Yewdale Corporation"
},
{
"id": "GB-FTS-21572",
"name": "Interweave Textiles Limited"
}
]
},
{
"id": "015456-2021-2",
"title": "Non Anti-Microbial Treated Curtains",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-21563",
"name": "Behrens Healthcare (a trading division of Sir Jacob Behrens & Sons Ltd)"
},
{
"id": "GB-FTS-21572",
"name": "Interweave Textiles Limited"
},
{
"id": "GB-FTS-16123",
"name": "Bio Technics Ltd"
},
{
"id": "GB-FTS-21564",
"name": "Disposable Cubicle Curtains Limited trading as Hygenica"
},
{
"id": "GB-FTS-21573",
"name": "Grosvenor Contracts London Limited"
},
{
"id": "GB-FTS-9915",
"name": "Inivos Ltd"
},
{
"id": "GB-FTS-21565",
"name": "Iskus Health UK Limited"
},
{
"id": "GB-FTS-21566",
"name": "Leo Medica Europe Ltd"
},
{
"id": "GB-FTS-21567",
"name": "Marlux Medical Ltd"
},
{
"id": "GB-FTS-21568",
"name": "Opal Disposables Limited"
},
{
"id": "GB-FTS-21569",
"name": "ORN (Int) Limited Trading As Spectra Corporate"
},
{
"id": "GB-FTS-21570",
"name": "Southgate Global Limited"
},
{
"id": "GB-FTS-21571",
"name": "Yewdale Corporation"
}
]
}
],
"contracts": [
{
"id": "015456-2021-1",
"awardID": "015456-2021-1",
"title": "Anti-Microbial Treated Curtains",
"status": "active",
"value": {
"amount": 560000,
"currency": "GBP"
},
"dateSigned": "2021-05-25T00:00:00+01:00"
},
{
"id": "015456-2021-2",
"awardID": "015456-2021-2",
"title": "Non Anti-Microbial Treated Curtains",
"status": "active",
"value": {
"amount": 18260000,
"currency": "GBP"
},
"dateSigned": "2021-05-25T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 17
},
{
"id": "2",
"measure": "bids",
"value": 17
}
]
}
}