We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Supplies - 238098-2016

Display compact view

12/07/2016    S132

United Kingdom-Sheffield: Medical equipments, pharmaceuticals and personal care products

2016/S 132-238098

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: North of England Commercial Procurement Collaborative (NOE CPC) (Hosted by and Acting through Leeds and York Partnership NHS Foundation Trust)
Postal address: Don Valley House, Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
For the attention of: Andy Machin
E-mail: andy.machin@noecpc.nhs.uk
Telephone: +44 1143992011

Internet address(es):

General address of the contracting authority: https://noecpc.nhs.uk/

Address of the buyer profile: https://in-tendhost.co.uk/noecpc

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Official name: Please refer to VI.3)

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Pharmacy Clean Room and related Consumables.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these

NUTS code UK UNITED KINGDOM

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Pharmacy Clean Room Supplies:
This requirement is to create a framework agreement with a number of suppliers who can support participating Trusts with a range of services required in their aseptic and manufacturing clean room environments. Presently Trusts have varying requirements across the areas of garment supply, mopping systems and consumables. They require flexibility to be able to purchase from 1 or all of these areas.
This framework agreement is split into Lots.
Lot 1 — Pharmacy Clean Room Garments:
A clean room garment rental/purchase and laundering service is required to support the licensed and unlicensed aseptic and radio pharmacy facilities. The garments may be assigned to each area as general pool garments and in some cases specific to each user.
Lot 2 — Pharmacy Clean Room Mops:
A clean room Mop System rental/purchase and service is required to support the licensed and unlicensed aseptic and radio pharmacy facilities.
Lot 3 — The Supply and Delivery of Related Consumables:
Suppliers are required to provide and supply clean room cleaning products for use in the pharmacy aseptic dispensing and manufacturing suites. The products will be used in the cleaning and decontamination of the aseptic processing areas and for aseptic manipulation of sterile medicines as appropriate to the product. Other associated consumables are also required.
II.1.6)Common procurement vocabulary (CPV)

33000000 Medical equipments, pharmaceuticals and personal care products, 18800000 Footwear, 18100000 Occupational clothing, special workwear and accessories, 90910000 Cleaning services, 39830000 Cleaning products, 39330000 Disinfection equipment, 39831240 Cleaning compounds

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The approximate current annual spend based on information gathered the sourcing group representing a number of Trusts indicates the following:
Garments: 363 326 GBP;
Consumables: 288 508 GBP;
Sporicidal wipes and agents: 286 000 GBP.
The above amounts are indicative and for information only. The range below is indicative and estimated for information only.
Estimated value excluding VAT:
Range: between 500 000 and 1 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.10.2016. Completion 30.9.2020

Information about lots

Lot No: 1 Lot title: Pharmacy Clean Room Garments
1)Short description
A clean room garment rental/purchase and laundering service is required to support the licensed and unlicensed aseptic and radio pharmacy facilities. The garments may be assigned to each area as general pool garments and in some cases specific to each user.
2)Common procurement vocabulary (CPV)

18100000 Occupational clothing, special workwear and accessories, 18800000 Footwear, 90910000 Cleaning services, 33000000 Medical equipments, pharmaceuticals and personal care products, 39830000 Cleaning products, 39330000 Disinfection equipment, 39831240 Cleaning compounds

3)Quantity or scope
Please refer to the ITT document.
Estimated value excluding VAT:
Range: between 400 000 and 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Please refer to the ITT document.
Lot No: 2 Lot title: Pharmacy Clean Room Mops
1)Short description
A clean room Mop System rental/purchase and service is required to support the licensed and unlicensed aseptic and radio pharmacy facilities.
2)Common procurement vocabulary (CPV)

39330000 Disinfection equipment, 18100000 Occupational clothing, special workwear and accessories, 90910000 Cleaning services, 33000000 Medical equipments, pharmaceuticals and personal care products, 39830000 Cleaning products, 39831240 Cleaning compounds

3)Quantity or scope
Please refer to the ITT document.
Estimated value excluding VAT:
Range: between 400 000 and 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Please refer to the ITT document.
Lot No: 3 Lot title: The supply and delivery of Related Consumables
1)Short description
Suppliers are required to provide and supply clean room cleaning products for use in the pharmacy aseptic dispensing and manufacturing suites. The products will be used in the cleaning and decontamination of the aseptic processing areas and for aseptic manipulation of sterile medicines as appropriate to the product. Other associated consumables are also required.
2)Common procurement vocabulary (CPV)

33000000 Medical equipments, pharmaceuticals and personal care products, 18100000 Occupational clothing, special workwear and accessories, 90910000 Cleaning services, 39830000 Cleaning products, 39330000 Disinfection equipment, 39831240 Cleaning compounds

3)Quantity or scope
Please refer to the ITT document.
Estimated value excluding VAT:
Range: between 400 000 and 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Please refer to the ITT document.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company or other guarantees, bonds, deposits, insurance or other forms of security may be required in certain circumstances. See Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Bids by groups or consortia of economic operators are permitted. However, the member organisations of NOE CPC reserve the right to require groupings or consortia of economic operators if they are the successful bidder to take a particular legal form in order to contract for this contract opportunity or to require 1 party to undertake primary legal liability or to require that each party undertakes joint and several liability. See Invitation to Tender.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Candidates may be disqualified who do not respond in accordance with the format and instructions of this requirement. Prior to entering your general information and Expressing an Interest in this requirement, candidates are requested to provide their profile in Sid4gov. The NOE CPC utilizes the NHS Supplier Information Database (sid4gov) to manage and assess general pre-qualification info in the form of a profile. To register your profile on Sid4gov you must:
i) Obtain a Dun & Bradstreet (D&B) DUNS(R) Number to enable registration on sid4health. Normally its provided within 48 hours but may take up to 5 days. The DUNS(R) No is the standard supplier coding for the NHS and must be obtained for trading with the NHS. Check if your company has a DUNS(R) No on the Sid4gov registration page.

ii) Go to: https://sid4gov.cabinetoffice.gov.uk/login and select Register Supplier Organisation and enter the 1st part or the whole of your organisation name or DUNS number. Click on Search, follow instructions to complete the registration or select an existing registration to create a new user account. (Candidates must publish at least 1 validated profile to make their profile available for buyers to view generally — see help page on Sid4gov within Profile Management for details).

iii) Ensure all mandatory fields of their Sid4gov profile are completed. D&B data will be supplied automatically by D&B.

iv) Where access to Sid4gov is unavailable, contact the sid4health help desk: sid4gov@gps.gsi.gov.uk

Once your sid4gov profile has been completed and validated progress to express interest in this tender as per section VI.3) Please ensure You keep your profile updated within Sid4gov regularly.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing Portal: https://in-tendhost.co.uk/noecpc and click the link to register — Enter your correct business and user details — Note: your username will be the email address you have entered — you will also then shortly receive an email confirmation.

2. Once registered access the site and from the Home page hover over ‘Tenders’ on the tool bar and select ‘current tenders’ from the drop-down options.
3. Express Interest in the tender you are interested in — Select ‘Express Interest’ within the Tender Details ( located at the bottom of the synopsis). On doing so, you will instantly have access to the Tender Management area for that tender. Any available documentation will be available via the various relevant tabs. You can access this area at any point by logging in, navigating to ‘My Tenders’ and selecting ‘View Details’.
4. Responding to the tender — There will be a tab allocated to any tender stage (e.g. PQQ and/or ITT). Under the ‘My Tender Return’ area, you will be required to complete any mandatory questionnaires and upload any requested documentation. You can now use the ‘Correspondence’ function to communicate with the buyer and seek any clarification (any clarifications will be found within the ‘Clarifications’ tab) — Note the deadline for completion, then follow the on-screen instructions to complete and submit your response — There may be a mixture of online and offline actions for you to perform (there is detailed online help available).
You must then submit your reply using the ‘Submit Response’ button at the bottom of the page. If you require any further assistance please consult the online help, or contact the In-tend Support Desk. Alerts will be sent to your request email addresses when any correspondence, alterations or clarifications are issued.
The standards and criteria are available in the ITT documents available as indicated above.
Minimum level(s) of standards possibly required: See Invitation to Tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See Invitation to Tender.
Minimum level(s) of standards possibly required:
See Invitation to Tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CPC 01323
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 108-193060 of 7.6.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 15.8.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.8.2016
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/our-current-customers and any additional new CPC members for the duration of the contract, plus any other NHS/Public Sector bodies located in England, Wales, Scotland and Northern Ireland, subject to the approval of NOE CPC, including but not limited to Acute Trusts, Foundation Trusts, Clinical Commissioning Groups, Ambulance Trusts, Care Trusts, Hospital Trusts, Mental Health Trusts, Community Health Trusts, Special Health Authorities, Health Boards, NHS Commissioning Boards, Commissioning Support Units and other Health Organisations (Wales, Scotland and Northern Ireland), Health and Social Care Trusts (Northern Ireland), Community Health Councils, Local Health Boards, Social Enterprises, NHS Collaborative Procurement Hubs/Organisations, GP Practices, Primary Care Commissioners, Department of Health, Public Health England and Local Authorities (where Local Authorities are engaged in the provision or commissioning of health related services, for example (but not limited to) the fields of healthcare, social care, early years care and public health).

Listings of the entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC, can be found at:

Acute Trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

Clinical commissioning groups (CCGs): http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Mental Health Trusts: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx

Ambulance Trusts: http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

Care Trusts: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx

NHS Trust Development Authority (TDA): http://www.ntda.nhs.uk/

Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

Arms Length Bodies: https://www.gov.uk/government/publications/arms-length-bodies/our-arms-length-bodies

NHS England: http://www.england.nhs.uk/ourwork/d-com/ and other organisations involved in commissioning of primary care services via Clinical Commissioning Groups — CCGs supported by the Commissioning Support Units — CSU's which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.

CCG: www.commissioningboard.nhs.uk/ccg-details/

CSU: www.commissioningboard.nhs.uk/appointments/csu

NHS Professional Regulator: http://www.nhs.uk/NHSEngland/thenhs/healthregulators/Pages/professional-standards-authority.aspx

The Clinical Commissioning Board, Area Teams: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services and GP consortia and GP Practices and any other provider of primary medical services:

a) Who are a party to any of the following contracts:
— General Medical Services (GMS);
— Personal Medical Services (PMS);
— Alternative Provider Medical Services (APMS); and/or
b) Commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above.

Social Enterprises: http://www.socialenterprise.org.uk/

Local Authorities: http://www.idea.gov.uk/idk/org/la-data.do

NHS Wales (National Health Service for Wales) including but not limited to: Welsh Health Boards, Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services: http://www.nhsdirect.wales.nhs.uk/localservices/localhealthboards/

NHS Scotland (National Health Service for Scotland) including but not limited to: NHS Boards, Hospitals, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services: http://www.show.scot.nhs.uk/organisations/index.aspx

NHS Northern Ireland (National Health Service for Northern Ireland) including but not limited to: Health and Social Care Trusts, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, social care services and community services, including those provided through community health centres and mental health services: http://www.hscni.net/

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: As at I.1)
Postal address: As at I.1)
Country: United Kingdom

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: As at I.1)
Country: United Kingdom

VI.5)Date of dispatch of this notice:
8.7.2016