Notice Information
Notice Title
National Ambulance Uniforms
Notice Description
National Ambulance Uniform and General Workwear items for Ambulance service personnel, comprising of: Helmet, Trouser, Footwear, Shirt, Polo Shirt, Hi Viz jacket, Hi Viz Tabard, Soft Shell, Canvas and Leather Belt, Waterproof and Padded garment. As the main provider into the NHS, we estimated the contract value per annum to be between PS9,000,000 to PS11,000,000 (PS45,000,000 and PS55,000,000 GBP for the contract term). This is a 6-year Framework duration with no option to extend. The use of E-auction was applied in-conjunction with the tender evaluation process for Lot 1. Appointed suppliers are responsible for the storage and distribution of goods to Trusts. Suppliers are required to provide a managed service and an automated ordering facility which will provide management information to the trusts. Suppliers awarded are appointed to an individual lot or to both lots. A PIN was published at the end of January 2021 - FTS 001693-2021, with a Supplier pre-tender webinar held in May 2021.
Lot Information
Core Uniform Garments
To supply a range of Core uniform garments as specified within the invitation to tender including but not limited to - Operational Shirts, Operational Trousers, White T-shirts, Polo Shirts, Hi-Viz Jackets, Hi-Viz Tabards, Hi Viz Trousers, Belts, Safety/Non Safety Boots, in order to fulfil the generic requirements within the healthcare environment. Testing House samples testing was incorporated into the tender evaluation process along with use of an e-auction NHS Supply Chain: Hotel Services will design, develop, test and trial an enhanced visionary trouser with its Ambulance end user Customers and the successful sole award supplier post award. Cost management is critical to this procurement. Further details were included in the Invitation To Tender.
General Workwear ItemsTo supply a range of General Workwear items for Ambulance Trusts which include but are not limited to - Non Core Uniforms, Non-Core Personal Protective equipment to fulfil the generic requirements within the healthcare environment. Items such as Baseball Caps, Helmets, Holdalls, Hijabs and Vegan Footwear are incorporated in Lot 2. Further details were included in the Invitation to Tender.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02bab9
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/032282-2021
- 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
18 - Clothing, footwear, luggage articles and accessories
-
- CPV Codes
18000000 - Clothing, footwear, luggage articles and accessories
18100000 - Occupational clothing, special workwear and accessories
18110000 - Occupational clothing
18130000 - Special workwear
18140000 - Workwear accessories
18143000 - Protective gear
18220000 - Weatherproof clothing
18230000 - Miscellaneous outerwear
18234000 - Trousers
18235000 - Pullovers, cardigans and similar articles
18330000 - T-shirts and shirts
18332000 - Shirts
18410000 - Special clothing
18444110 - Helmets
18832000 - Special footwear
Notice Value(s)
- Tender Value
- £32,000,000 £10M-£100M
- Lots Value
- £48,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £48,000,000 £10M-£100M
Notice Dates
- Publication Date
- 23 Dec 20214 years ago
- Submission Deadline
- 12 Jul 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Nov 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- 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
- Additional Buyers
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
- Contact Name
- Elisa Lamb, Elisa Lamb - Category Procurement Specialist, National Ambulance Uniforms
- Contact Email
- elisa.lamb@supplychain.nhs.uk
- Contact Phone
- +44 7815923205
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
- TLE32 Sheffield
-
- 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-02bab9-2021-12-23T22:45:09Z",
"date": "2021-12-23T22:45:09Z",
"ocid": "ocds-h6vhtk-02bab9",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02bab9",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "National Ambulance Uniforms",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "18000000",
"description": "Clothing, footwear, luggage articles and accessories"
},
"mainProcurementCategory": "goods",
"description": "National Ambulance Uniform and General Workwear items for Ambulance service personnel, comprising of: Helmet, Trouser, Footwear, Shirt, Polo Shirt, Hi Viz jacket, Hi Viz Tabard, Soft Shell, Canvas and Leather Belt, Waterproof and Padded garment. As the main provider into the NHS, we estimated the contract value per annum to be between PS9,000,000 to PS11,000,000 (PS45,000,000 and PS55,000,000 GBP for the contract term). This is a 6-year Framework duration with no option to extend. The use of E-auction was applied in-conjunction with the tender evaluation process for Lot 1. Appointed suppliers are responsible for the storage and distribution of goods to Trusts. Suppliers are required to provide a managed service and an automated ordering facility which will provide management information to the trusts. Suppliers awarded are appointed to an individual lot or to both lots. A PIN was published at the end of January 2021 - FTS 001693-2021, with a Supplier pre-tender webinar held in May 2021.",
"value": {
"amount": 32000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2
},
"lots": [
{
"id": "1",
"title": "Core Uniform Garments",
"description": "To supply a range of Core uniform garments as specified within the invitation to tender including but not limited to - Operational Shirts, Operational Trousers, White T-shirts, Polo Shirts, Hi-Viz Jackets, Hi-Viz Tabards, Hi Viz Trousers, Belts, Safety/Non Safety Boots, in order to fulfil the generic requirements within the healthcare environment. Testing House samples testing was incorporated into the tender evaluation process along with use of an e-auction NHS Supply Chain: Hotel Services will design, develop, test and trial an enhanced visionary trouser with its Ambulance end user Customers and the successful sole award supplier post award. Cost management is critical to this procurement. Further details were included in the Invitation To Tender.",
"value": {
"amount": 39000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality & Service",
"type": "quality",
"description": "16%"
},
{
"name": "Sustainability",
"type": "quality",
"description": "11%"
},
{
"name": "Resilience",
"type": "quality",
"description": "13%"
},
{
"type": "price",
"description": "60%"
}
]
}
},
{
"id": "2",
"title": "General Workwear Items",
"description": "To supply a range of General Workwear items for Ambulance Trusts which include but are not limited to - Non Core Uniforms, Non-Core Personal Protective equipment to fulfil the generic requirements within the healthcare environment. Items such as Baseball Caps, Helmets, Holdalls, Hijabs and Vegan Footwear are incorporated in Lot 2. Further details were included in the Invitation to Tender.",
"value": {
"amount": 9000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality & Service",
"type": "quality",
"description": "16%"
},
{
"name": "Sustainability",
"type": "quality",
"description": "11%"
},
{
"name": "Resilience",
"type": "quality",
"description": "13%"
},
{
"type": "price",
"description": "60%"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18100000",
"description": "Occupational clothing, special workwear and accessories"
},
{
"scheme": "CPV",
"id": "18110000",
"description": "Occupational clothing"
},
{
"scheme": "CPV",
"id": "18130000",
"description": "Special workwear"
},
{
"scheme": "CPV",
"id": "18140000",
"description": "Workwear accessories"
},
{
"scheme": "CPV",
"id": "18143000",
"description": "Protective gear"
},
{
"scheme": "CPV",
"id": "18220000",
"description": "Weatherproof clothing"
},
{
"scheme": "CPV",
"id": "18230000",
"description": "Miscellaneous outerwear"
},
{
"scheme": "CPV",
"id": "18234000",
"description": "Trousers"
},
{
"scheme": "CPV",
"id": "18235000",
"description": "Pullovers, cardigans and similar articles"
},
{
"scheme": "CPV",
"id": "18330000",
"description": "T-shirts and shirts"
},
{
"scheme": "CPV",
"id": "18332000",
"description": "Shirts"
},
{
"scheme": "CPV",
"id": "18410000",
"description": "Special clothing"
},
{
"scheme": "CPV",
"id": "18444110",
"description": "Helmets"
},
{
"scheme": "CPV",
"id": "18832000",
"description": "Special footwear"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKE32"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18100000",
"description": "Occupational clothing, special workwear and accessories"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKE32"
}
],
"relatedLot": "2"
}
],
"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, more than one or all of the 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 -- Hotel Services 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 -- Hotel Services will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain -- Hotel Services 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 -- Hotel Services 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.2.1), NHS Supply Chain -- Hotel Services 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 -- Hotel Services 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 -- Hotel Services 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 - Hotel Services' E-Tendering 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. Applicants should note that NHS Supply Chain -- Hotel Services anticipates re-opening competition for product lines under the framework agreement pursuant to the nationally contracted products programme ('NCP'). Awarded suppliers shall be engaged with at the time of competition and further details provided.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The framework agreement includes obligations with respect to directives and a requirement for successful suppliers to comply with the NHS Supply Chain -- Hotel Services code of conduct. Applicants must provide within Appendix 1 evidence of conformance of all tendered products (as listed within the tender documents) to the applicable standards. Awarded Applicants must provide NHS Supply Chain - Hotel Services with all evidence before the awarded product(s) can be supplied under the framework agreement. The framework agreement includes obligations with respect to environmental and social issues and applicant's attention is drawn to the relevant section in the framework agreement."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"hasElectronicAuction": true,
"electronicAuction": {
"description": "An electronic auction is being used as part of the Lot 1 Tender Evaluation, further details are included in the Invitation to Tender. NHS Supply Chain: Hotel Services reserves the right to use e-auctions in Lot 2 during the lifetime of the Framework Agreement"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-07-12T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-07-13T09:00:00+01:00"
},
"bidOpening": {
"date": "2021-07-13T09:00:00+01:00"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "32,000,000"
},
"newValue": {
"text": "55,000,000"
},
"where": {
"section": "Section II: Object",
"label": "II.1.5) Estimated total value"
}
},
{
"oldValue": {
"date": "2021-07-12T15:00:00+01:00"
},
"newValue": {
"date": "2021-07-13T09:00:00+01:00"
},
"where": {
"section": "Section III: Legal",
"label": "IV.2.2) Time limit for receipt of expressions of interest"
}
},
{
"oldValue": {
"date": "2021-07-13T09:00:00+01:00"
},
"newValue": {
"date": "2021-07-14T09:00:00+01:00"
},
"where": {
"section": "Section III: Legal",
"label": "IV.2.7) Conditions for opening of tenders"
}
},
{
"oldValue": {
"text": "Value of the field: National Ambulance Uniform and General Workwear items for Ambulance service personnel, comprising of: Helmet, Trouser, Footwear, Shirt, Polo Shirt, Hi Viz jacket, High Viz Tabard, Soft Shell, Canvas and Leather Belt, Waterproof and Padded garment. As the main provider into the NHS, we estimate the contract value per annum to be between PS9,000,000 to PS11,000,000 (PS45,000,000 and PS55,000,000 GBP for the contract term). We are proposing a 6 year Framework duration with no option to extend. The use of E-auction is being applied in-conjunction with the tender evaluation process. Appointed suppliers will be responsible for the storage and distribution of goods to Trusts. Suppliers will be required to provide a managed service and an automated ordering facility which will provide management information to the trusts. Suppliers may be appointed to an individual lot or to both lots. A PIN was published at the end of January 2021 - FTS 001693-2021"
},
"newValue": {
"text": "National Ambulance Uniform and General Workwear items for Ambulance service personnel, with items consisting of but not limited to: Helmet, Trouser, Footwear, Shirt, Polo Shirt, Hi Viz jacket, High Viz Tabard, Beanie Hat, Leather Belt, 3 in 1 Multifunctional Interchangeable Coat and Hijab. As the main provider into the NHS, we estimate the contract value per annum to be between PS9,000,000 to PS11,000,000 (PS45,000,000 and PS55,000,000 GBP for the contract term). We are proposing a 6 year Framework duration with no option to extend. The use of E-auction is being applied in-conjunction with the tender evaluation process in Lot 1. Appointed suppliers will be responsible for the storage and distribution of goods to Trusts. Suppliers will be required to provide a managed service and an automated ordering facility which will provide management information to the trusts. Suppliers may be appointed to an individual lot or to both lots. A PIN was published at the end of January 2021 - FTS 001693-2021"
},
"where": {
"section": "Section II: Object",
"label": "11.1.4 Short Description"
}
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"newValue": {
"text": "Contract document remains the same as advertised in the Contract Notice and the awarded supplier's details are included in this notice. Follow this link to where the call-offs over PS25,000 are published every quarter\". https://www.sccl.nhs.uk/publications/spend-over-25000/"
},
"where": {
"section": "II Object, II.1.4",
"label": "at the end of the short description paragraph after 'A PIN was published at the end of January 2021 - FTS 001693-2021, with a Supplier pre-tender webinar held in May 2021.'"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-19216",
"name": "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",
"identifier": {
"legalName": "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",
"id": "528867"
},
"address": {
"streetAddress": "Don Valley House, Saville Street East",
"locality": "Sheffield",
"region": "UK",
"postalCode": "S4 7UQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Elisa Lamb - Category Procurement Specialist, National Ambulance Uniforms",
"telephone": "+44 7815923205",
"email": "elisa.lamb@supplychain.nhs.uk",
"url": "https://nhssupplychain.app.jaggaer.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.supplychain.nhs.uk",
"buyerProfile": "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-19217",
"name": "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",
"identifier": {
"legalName": "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"
},
"address": {
"streetAddress": "Don Valley House, Saville Street East",
"locality": "Sheffield",
"postalCode": "S4 7UQ",
"countryName": "United Kingdom",
"region": "UK"
},
"roles": [
"buyer"
],
"contactPoint": {
"email": "elisa.lamb@supplychain.nhs.uk",
"name": "Elisa Lamb"
},
"details": {
"url": "https://www.supplychain.nhs.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-38199",
"name": "Cooneen By Design",
"identifier": {
"legalName": "Cooneen By Design"
},
"address": {
"locality": "Fivemiletown",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-1414",
"name": "Arco Limited",
"identifier": {
"legalName": "Arco Limited"
},
"address": {
"locality": "Hull",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-38200",
"name": "Alsico Laucuba Ltd T/A Meltemi Limited",
"identifier": {
"legalName": "Alsico Laucuba Ltd T/A Meltemi Limited"
},
"address": {
"locality": "Preston",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-16525",
"name": "Clad Safety Limited",
"identifier": {
"legalName": "Clad Safety Limited"
},
"address": {
"locality": "Knaresborough",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-38201",
"name": "Direct Corporate Clothing PLC",
"identifier": {
"legalName": "Direct Corporate Clothing PLC"
},
"address": {
"locality": "Oldbury",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-38202",
"name": "Healthy Bean Ltd",
"identifier": {
"legalName": "Healthy Bean Ltd"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-38203",
"name": "MI Hub Limited T/A Dimensions",
"identifier": {
"legalName": "MI Hub Limited T/A Dimensions"
},
"address": {
"locality": "Castle Donington",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-38204",
"name": "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",
"identifier": {
"legalName": "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"
},
"address": {
"locality": "Sheffield",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-19217",
"name": "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"
},
"language": "en",
"awards": [
{
"id": "031698-2021-1-1",
"relatedLots": [
"1"
],
"title": "Core Uniform Garments",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38199",
"name": "Cooneen By Design"
}
]
},
{
"id": "031698-2021-1-2",
"relatedLots": [
"2"
],
"title": "General Workwear Items",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-38199",
"name": "Cooneen By Design"
},
{
"id": "GB-FTS-1414",
"name": "Arco Limited"
},
{
"id": "GB-FTS-38200",
"name": "Alsico Laucuba Ltd T/A Meltemi Limited"
},
{
"id": "GB-FTS-16525",
"name": "Clad Safety Limited"
},
{
"id": "GB-FTS-38201",
"name": "Direct Corporate Clothing PLC"
},
{
"id": "GB-FTS-38202",
"name": "Healthy Bean Ltd"
},
{
"id": "GB-FTS-38203",
"name": "MI Hub Limited T/A Dimensions"
}
]
}
],
"contracts": [
{
"id": "031698-2021-1-1",
"awardID": "031698-2021-1-1",
"title": "Core Uniform Garments",
"status": "active",
"value": {
"amount": 39000000,
"currency": "GBP"
},
"dateSigned": "2021-11-02T00:00:00Z"
},
{
"id": "031698-2021-1-2",
"awardID": "031698-2021-1-2",
"title": "General Workwear Items",
"status": "active",
"value": {
"amount": 9000000,
"currency": "GBP"
},
"dateSigned": "2021-11-02T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "4",
"measure": "bids",
"relatedLot": "2",
"value": 10
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "5",
"measure": "smeBids",
"relatedLot": "2",
"value": 9
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "2",
"value": 10
}
]
}
}