
Market Leads & Opportunities
UNITED KINGDOM-Cambridge: U V Infection Control — Equipment Supply, Services and the Provision of Associated Bespoke Decontamination Solutions
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-001896/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: Not applicable
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: East Of England NHS Collaborative Hub
Postal address: Victoria House, Capital Park, Fulbourn, Cambridge, CB21 5XB
Town: Cambridge
Postal code: CB21 5XB
Country: United Kingdom
Contact Person: Mo Aminu
Telephone: +44 7798691463
Email: mo.aminu@eoecph.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:
electronically via:
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: U V Infection Control — Equipment Supply, Services and the Provision of Associated Bespoke Decontamination Solutions
Reference number: 19081
II.1.2) Main CPV code: 42924720
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The East of England NHS Collaborative Procurement Hub (EoECPH) are looking to engage with potential suppliers with the capability for the supply and provision of U V Infection Control Equipment and other related services and/or bespoke solutions described in the tender documents.
Products within this scope of tender are expected to include (but not limited to) decontamination systems and services, mobile UV-C devices, fixed UV-C devices, temporary and fixed ex-stock and/or bespoke modular designed on site installations, permanent or temporary buildings. The requirements of effective decontamination needs are in accordance with current (as at date notice publication) UK National and International Legislation and recognised standards of supply, design and installation.
II.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer 4
II.2) Description
II.2.1) Title: UV-C Fixed and Mobile
Lot No:1
II.2.2) Additional CPV code(s)
33191000, 42924720, 85000000, 85111000, 90722200, 90920000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
Regions across the UK
II.2.4) Description of the procurement:
The East of England NHS Collaborative Procurement Hub are looking to engage with potential suppliers that have the capability to supply on outright purchase, lease and or rental of fixed and or mobile UV-C decontamination devices and equipment.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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: no
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: Total potential contract period will be 48 Months this includes 1 option to extend the initial contract period of 36 months by 1 separate 12 Month extension period.
II.2.1) Title: Decontamination and Isolation Solutions — Flexible Modular Built ex stock and or Customisable Temporary and Permanent Structures
Lot No:2
II.2.2) Additional CPV code(s)
33191000, 42924720, 85000000, 85110000, 90722200
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
Regions across the UK
II.2.4) Description of the procurement:
The East of England NHS Collaborative Procurement Hub are seeking to engage with potential suppliers that have the capability to supply, design deliver, construct install and maintain and or provide an up to date catalogue or range of ex stock temporary or purpose built permanent modular structures pre-fabricated buildings, structures and products on an outright purchase, lease and or rental basis for the purpose of but not limited to for example providing effective and efficient decontamination accommodation solutions enabling testing of staff for infections before they enter a workplace, or a facility to safely don and doff PPE at where required
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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: no
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: Total potential contract period will be 48 Months this includes 1 option to extend the initial contract period of 36 months by 1 separate 12 Month extension period.
II.2.1) Title: Fully Managed Solution
Lot No:3
II.2.2) Additional CPV code(s)
33191000, 42924720, 79410000, 85000000, 85110000, 90722200, 90920000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
Regions across the UK
II.2.4) Description of the procurement:
Lot 3 is a locked lot and as such will not be evaluated. It is intended that Lot 3 will only be made available to Suppliers awarded to both Lots 1 and 2. Suppliers must be able to provide a varying combination of service delivery package options as required by Beneficiaries.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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: no
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: Total potential contract period will be 48 Months this includes 1 option to extend the initial contract period of 36 months by 1 separate 12 Month extension period.
II.2.1) Title: Advisory and Consultancy Services (Includes Lots1-3)
Lot No:4
II.2.2) Additional CPV code(s)
33191000, 42924720, 79410000, 85000000, 85110000, 90722200, 90920000
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
Regions across the UK
II.2.4) Description of the procurement:
Providers awarded to Lot 4 will have the capacity to provide timely delivery of relevant advisory and consultancy support services to Beneficiary organisations covering the scope of requirements in Lots 1,2 and 3.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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: no
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: Total potential contract period will be 48 Months this includes 1 option to extend the initial contract period of 36 months by 1 separate 12 Month extension period.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2020/S 169-410304
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2021-03-04 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2021-05-31
IV.2.7) Conditions for opening tenders
Date: 2021-03-04 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS Resolution
Town: London
Country: United Kingdom
VI.5) Date of dispatch of this notice:2021-01-29
More Opportunties
- YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> >