
Market Leads & Opportunities
United Kingdom-Sheffield: Contrast Media and Related Consumables
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 047-112515/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Postal address: Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
Contact Person: Paul Dunn-Jones
Email: procurement@noecpc.nhs.uk
Internet address(es):
Main address:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Contrast Media and Related Consumables
Reference number: CPC 03047
II.1.2) Main CPV code: 33696800
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The North of England Commercial Procurement Collaborative (NOE CPC), (the Authority) is issuing this invitation to tender (ITT) in connection with the competitive procurement to establish a framework agreement for contrast media and related consumables. Tenderers are invited to offer against the provision against all types and presentations for any contrast media and related consumables available within their portfolio. Products and services supplied against this contract must be underpinned by a good process of clinical governance. Provision of a robust, reliable and secure information management system.
II.1.5) Estimated total value:
Value excluding VAT: 45000000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
33696800
II.2.3) Place of performance
Nuts code: UK
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:
The North of England Commercial Procurement Collaborative (NOE CPC), (the Authority) is issuing this invitation to tender (ITT) in connection with the competitive procurement to establish a framework agreement for contrast media and related consumables. Tenderers are invited to offer against the provision against all types and presentations for any contrast media and related consumables available within their portfolio. Products and services supplied against this contract must be underpinned by a good process of clinical governance. Provision of a robust, reliable and secure information management system. 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 Ltd
Bradford Teaching Hospitals NHS Foundation Trust
Calderdale and Huddersfield Solutions Ltd
Derbyshire Community Health Services NHS Foundation Trust
Derbyshire Support and Facilities Services Ltd
Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust
Harrogate Healthcare Facilities Management Ltd
Humber Teaching NHS Foundation Trust
Isle of Man Department of Health and 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 NHS Trust
Lincolnshire Community Health Services NHS Trust
Lincolnshire Partnership NHS Foundation Trust
Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust
Northern Lincolnshire and Goole 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
Stockport NHS Foundation Trust Synchronicity Care Ltd
The Newcastle Upon Tyne Hospitals NHS Foundation Trust
The Queen Elizabeth Hospital, King’s Lynn, NHS Foundation 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: 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 criteria
II.2.6) Estimated value:
Value excluding VAT: 45000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:A 3 year framework agreement with 1 x 12 month extension option.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options 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:
Clinical Commissioning Groups:
Area Teams:
Special Health Authorities: NHS
Improvement:
Department of Health:
Arm’s Length Bodies:
Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: NHS
England: 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: CSU:
The Clinical Commissioning Board, Area Teams: 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: NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: 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: Social Enterprise 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:
Local Authority Councils in Northern Ireland: Continued at Section VI.3 Additional Information.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: This procurement exercise will be conducted on the In-tend e-Tendering portal at:
For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:See ITT.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions: See SQ/ITT.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements,provide justification for any duration exceeding 4 years:
N/aIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2020-04-03 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2020-04-03 Local time: 12:00 Place:
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
VI.2) Information about electronic workflows
VI.3) Additional information:
Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to:
Department of Health and Social Care:
The States of Jersey Government and administration including all Government Departments including but not limited to:
Health and Social Services:
The States of Guernsey (Parliament and government) including but not limited to the Committee for Health and Social Care:
Educational Establishments in England including schools and colleges:
Schools in Wales:
Further Education and 6th Form Colleges in the UK:
Higher Education Recognised or listed bodies in the UK offering degree-level courses:
Schools in Scotland including primary, secondary and special schools:
Educational Establishments in Scotland: Schools and Educational Establishments in Northern Ireland:
Higher Education Universities and Colleges in Northern Ireland:
UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces:
England Fire and Rescue Services
Scottish Fire and Rescue Services
Welsh Fire and Rescue Services Northern Ireland Fire and Rescue Service
UK Maritime and Coastguard Agency
Registered charities in England and Wales: Registered charities in Scotland:
Registered charities in Northern Ireland:
Ministry of Defence (MOD):
Registered social landlords, government funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives.
England: Scotland:
Wales: Northern Ireland:
Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.
VI.4) Procedures for review
VI.4.1) Review body
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Postal address: Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
E-mail: procurement@noecpc.nhs.uk
Internet address:
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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.4.4) Service from which information about the review procedure may be obtained
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Postal address: Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
E-mail: procurement@noecpc.nhs.uk
Internet address:
VI.5) Date of dispatch of this notice:2020-03-03
More Opportunties
- United Kingdom-Swindon: Integra Onboarding of Shared Service Customer for HE
5 Jun 25
For the on-boarding of a new shared service customer to support their set-up on Integra the following are required • Integra Software Licence Charge • Annual Maintenance • Technical support of set-up of new instance Annual Maintenance will co-terminus wit> > - Virtual Desktop Infrastructure, Private Cloud, Mobile Device Management Software – Exporting Opportunity
5 Jun 25
Opportunity type: Public Sector Industry: Software & Computer Services, Technology and smart cities A public organisation is looking for a supplier of software for VDI, private cloud and MDM system. You must be able to provide: VMware Cloud Foundation 5 W> > - Tender for Dairy Heifers – Exporting Opportunity
5 Jun 25
Opportunity type Public Sector Industry Agriculture, horticulture, fisheries and pets, Food and drink The government of Jamaica is seeking to procure the supply and delivery of cattle livestock. Description The government agency is seeking to procure heif> >