Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Estates Consumable Products
Reference number: CPC 02991
II.1.2)Main CPV code31000000 Electrical machinery, apparatus, equipment and consumables; lighting
II.1.3)Type of contractSupplies
II.1.4)Short description:
This procurement will establish a framework covering the purchase of Estates consumable products for example, tools, electrical items, building products, plumbing, timber and joinery, paints and solvents, ironmongery, mechanical and industrial consumables, Plant Hire and Signage (NHS). Each product area will be covered by an individual lot, or sub lots. Member Organisations will access the NOECPC electronic catalogue via the e-catalogue system, either by Excel export or by integration into the Member Organisations cataloguing system. Member organisations will be able to order products, utilising either an electronic catalogue, or by running a further competition. Please refer to the relevant Lot descriptions for further details.
II.1.5)Estimated total valueValue excluding VAT: 50 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)44510000 Tools
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 1 - Tools Including, but not limited to hand tools, small power tools and drill bits 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 wholly owned subsidiary of Barnsley Hospital NHS Foundation Trust Bradford Teaching Hospitals NHS Foundation Trust Burton Hospitals NHS Foundation Trust Calderdale And Huddersfield NHS Foundation Trust Chesterfield Royal Hospital NHS Foundation Trust Colchester Hospital University NHS Foundation Trust Derbyshire Community Health Services NHS Foundation Trust Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust Harrogate Healthcare Facilities Management Ltd wholly owned subsidiary of Harrogate and District NHS Foundation Trust Heart of England NHS Foundation Trust Humber Teaching NHS Foundation Trust Ipswich Hospital NHS Trust Isle of Man Department of Health & Social Care James Paget University Hospitals NHS Foundation Trust Leeds and York Partnership NHS Foundation Trust Leeds Community Healthcare NHS Trust Leeds Teaching Hospitals NHS Trust Leicestershire Partnership Trust Lincolnshire Community Health Services NHS Trust Lincolnshire Partnership NHS Foundation Trust Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust North Cumbria University Hospitals NHS Trust North Tees and Hartlepool Solutions LLP wholly owned subsidiary of North Tees & Hartlepool NHS Foundation Trust Northern Lincolnshire and Goole NHS Foundation Trust Northumbria Healthcare Facilities Management Limited wholly owned subsidiary of Northumbria Healthcare NHS Foundation Trust Nottingham University Hospitals NHS Trust QE Facilities Limited wholly owned subsidiary of Gateshead Health NHS Foundation Trust Salisbury NHS Foundation Trust Sheffield Children's NHS Foundation Trust Sheffield Health and Social Care NHS Foundation Trust Sheffield Teaching Hospitals NHS Foundation Trust Sherwood Forest Hospitals NHS Foundation Trust Southport and Ormskirk Hospital NHS Trust Stockport NHS Foundation Trust Synchronicity Care Ltd a wholly owned subsidiary of County Durham & Darlington NHS Foundation Trust) T/A CDD Services The Newcastle upon Tyne Hospitals NHS Foundation Trust The Queen Elizabeth Hospital Kings Lynn NHS Trust The Rotherham NHS Foundation Trust United Lincolnshire Hospitals NHS Trust University Hospitals Birmingham NHS Foundation Trust University Hospitals of Derby and Burton NHS Foundation Trust University Hospitals of Leicester NHS Trust York Teaching Hospital NHS Foundation Trust Yorkshire Ambulance Service NHS Trust 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 3 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by 2 further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: the NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx
Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
NHS Improvement: https://improvement.nhs.uk/
Department of Health: https://www.gov.uk/government/organisations/department-of-health
Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/
NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body 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/comm-supp/csu/
The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, 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. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, hospital services, and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure
NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/
Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/
Social Enterprise UK: https://www.socialenterprise.org.uk
Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/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
Continued at Section VI.3) Additional Information.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)44111000 Building materials
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 2 -Building Supplies Including, but not limited to sand, cement, brick, plaster board, roofing materials (tiles, slates), plaster and tarmac Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Plumbing and Heating Supplies
Lot No: 3
II.2.2)Additional CPV code(s)44115200 Plumbing and heating materials
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 3 - Plumbing and Heating Supplies Including, but not limited to pipework, plumbing supplies, bathroom, sanitaryware, taps, fixtures and fittings and joints. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 13 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Electrical Supplies – General Products, Cable, Lighting and Distribution
Lot No: 4A
II.2.2)Additional CPV code(s)31000000 Electrical machinery, apparatus, equipment and consumables; lighting
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 4A - Electrical Supplies – General Products, Cable, Lighting and Distribution Including, but not limited to circuit protection, cabling, lighting and wiring accessories Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 18 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Electrical Supplies - System Controls and Components
Lot No: 4B
II.2.2)Additional CPV code(s)31000000 Electrical machinery, apparatus, equipment and consumables; lighting
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 4B - Electrical Supplies - System Controls & Components Including, but not limited to building management system components. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 900 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)03419000 Timber
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 5 - Timber and Joinery Including, but not limited to timber and board products. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 600 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)44800000 Paints, varnishes and mastics
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 6 - Paints and Solvents Including, but not limited to paints, varnishes, paint brushes and consumables. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 600 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Ironmongery – General products, Hangers and Brackets
Lot No: 7A
II.2.2)Additional CPV code(s)44316000 Ironmongery
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 7A - Ironmongery – General products, Hangers and Brackets Including, but not limited to brackets, hangers and hooks, and anti ligature products. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 100 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Ironmongery – Door Furniture
Lot No: 7B
II.2.2)Additional CPV code(s)44316000 Ironmongery
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 7B - Ironmongery – Door Furniture Including, but not limited to latches, door knobs, hinges, closers and anti ligature products. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Ironmongery - Locks and Keys
Lot No: 7C
II.2.2)Additional CPV code(s)44520000 Locks, keys and hinges
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 7C - Ironmongery - Locks & Keys Including, but not limited to locks, keys, bolts and padlocks. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Mechanical & Industrial Consumables - General Products, Abrasives, Lubricants & Adhesives
Lot No: 8A
II.2.2)Additional CPV code(s)14810000 Abrasive products
24910000 Glues
09211000 Lubricating oils and lubricating agents
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 8A - Mechanical & Industrial Consumables - General Products, Abrasives, Lubricants & Adhesives Including, but not limited to oils, grease abrasives, adhesives and welding consumable products. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 450 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Mechanical and Industrial Consumables – Drive Belts and Bearings
Lot No: 8B
II.2.2)Additional CPV code(s)44440000 Bearings
34312700 Rubber transmission belts
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 8B - Mechanical & Industrial Consumables - Drive Belts & Bearings Including, but not limited to bearings, drive belts and pulleys. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.1)Title:
Mechanical and Industrial Consumables – Air Filter Elements
Lot No: 8C
II.2.2)Additional CPV code(s)42514310 Air filters
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 8C - Mechanical & Industrial Consumables - Air Filter Elements Including, but not limited to air handling unit filter elements. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 3 100 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)45500000 Hire of construction and civil engineering machinery and equipment with operator
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 9 - Plant Hire Including, but not limited to generators, air conditioning units and access. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 1 600 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)44423400 Signs and related items
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 10 - Signage (NHS) Including, but not limited to external and internal way finding signage and departmental and named individual signage. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information II.2)Description
II.2.2)Additional CPV code(s)44510000 Tools
44316000 Ironmongery
44115200 Plumbing and heating materials
14810000 Abrasive products
44511000 Hand tools
44440000 Bearings
44111000 Building materials
03419000 Timber
44530000 Fasteners
44800000 Paints, varnishes and mastics
44520000 Locks, keys and hinges
24910000 Glues
44423400 Signs and related items
31000000 Electrical machinery, apparatus, equipment and consumables; lighting
34312700 Rubber transmission belts
45500000 Hire of construction and civil engineering machinery and equipment with operator
42514310 Air filters
09211000 Lubricating oils and lubricating agents
II.2.3)Place of performanceNUTS code: 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).
II.2.4)Description of the procurement:
Lot 11 - One Stop Shop This covers all of the requirements listed in Lot 1 to Lot 10 inclusive without exception. Bidders must be able to service the full requirements listed in Lots 1,2,3, 4a,4b, 5, 6, 7a, 7b, 7c, 7d, 8a, 8b, 8c, 9 and 10. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. 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 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Please refer to Section II.2.11) of Lot 1 for Information about options.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information