
Market Leads & Opportunities
United Kingdom-Salford: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 174-312172/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: NHS Shared Business Services
National registration number: 05280446
Postal address: Halyard Court, 31 Broadway, The Quays
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
Contact Person: Sophie Barton
Telephone: +44 1612123728
Email: sophie_barton@nhs.net
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile:
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
Other type: NHS SBS (Joint venture between the Department of Health and Sopra Steria) Body Governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Ward, Bedside and Non-Medical Theatre Equipment.
Reference number: SBS/16/SB/TPB/9050
II.1.2) Main CPV code: 39000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Procurement for the Provision of Ward, Bedside and Non-Medical Theatre Equipment (including shelving and racking). The framework will be for the benefit of All Public sector bodies, including any statutory and other successor organisations to any of the foregoing and in addition any other commissioners (whether alone of jointly with any other organisation), providers and regulators of NHS funded (either in whole or in part) services including practice based commissioning consortia, general practice commissioning consortia, NHS England (and all sub national offices including any body obtaining new membership to NHS Shared Business Services Ltd). This list may be subject to change and can include other organisations that are NHS SBS members.
II.1.5) Estimated total value:
Value excluding VAT: 20000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Ward Equipment
Lot No:1
II.2.2) Additional CPV code(s)
33100000, 33192340, 34911100, 34928480, 39110000, 39112000, 39113000, 39113100, 39113500, 39122100, 39141300, 39143100, 39143120, 39143121, 39143122, 39143123, 39151100
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
M50 2UW.
II.2.4) Description of the procurement:
Scope including but not limited to:
— Chart Trolleys;
— Clean and Dirty Linen Trolleys;
— Concealment Trolleys;
— Difficult Intubation Trolley;
— Dispensers and Holders;
— Dressing/Instrument Trolleys;
— Storage Tray Trolleys;
— Acute Setting General Purpose Trolleys;
— Drugs and Medicine Storage;
— Controlled Drugs Cabinets;
— Self-Administration Cabinets;
— COSHH Cabinets;
— Drugs Trolleys;
— Infusion Stands;
— Medical Records Trolley;
— Polycarbonate Mirrors;
— Privacy Screens;
— Portering Chairs;
— Resuscitation Trolleys;
— Sack-holders
— Ward Information Display Boards.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 8000000.00 Currency: GBP
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 yes
Description of options: 2 Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Bedside Equipment
Lot No:2
II.2.2) Additional CPV code(s)
33100000, 33192340, 34911100, 34928480, 39110000, 39112000, 39113000, 39113100, 39113500, 39122100, 39141300, 39143100, 39143120, 39143121, 39143122, 39143123, 39151100
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
M50 2UW.
II.2.4) Description of the procurement:
Scope including but not limited to:
— Bedside Cabinets;
— Bedside Lockers;
— Acute Setting High, Medium and Low back Patient Chairs;
— Pull-out sofa / Chair Bed;
— Over-bed Tables;
— Wardrobes;
— Acute Setting Reclining Chairs (Manual and Electrical).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 8000000.00 Currency: GBP
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 yes
Description of options: 2 Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Non-Medical Theatre Equipment
Lot No:3
II.2.2) Additional CPV code(s)
33100000, 33192340, 34911100, 34928480, 39110000, 39112000, 39113000, 39113100, 39113500, 39122100, 39141300, 39143100, 39143120, 39143121, 39143122, 39143123, 39151100
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
M50 2UW.
II.2.4) Description of the procurement:
Scope including but not limited to:
— Bowl Stands;
— Bucket Stands;
— Kick Stools;
— Mayo Tables;
— Operating Platforms/Surgeon’s Stool;
— Sterile Instrument Trolleys;
— Suture Storage.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2000000.00 Currency: GBP
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 yes
Description of options: 2 Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.1) Title: Shelving and Racking
Lot No:4
II.2.2) Additional CPV code(s)
33100000, 33192340, 34911100, 34928480, 39110000, 39112000, 39113000, 39113100, 39113500, 39122100, 39141300, 39143100, 39143120, 39143121, 39143122, 39143123, 39151100
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
M50 2UW.
II.2.4) Description of the procurement:
Scope including but not limited to:
— HTM 71 and 63 Storage;
— Catheter Storage;
— Roller Racking Systems;
— Scope Storage;
— Stainless Steel Wire Racking;
— Solid Shelving Racking;
— Galvanised Racking;
— Polymer Racking;
— Pallet Racking;
— Other Forms of Racking.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2000000.00 Currency: GBP
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 yes
Description of options: 2 Year Framework with the Option to Extend for a further 2 x 12 months.
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
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:This procurement exercise will be conducted on the EU supply e Tendering portal at:
Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal.
To register interest:
1) Go to ‘Current Tender Opportunities’ from the e Tendering portal login page:
2) Find the tender listed and click on the title. This will take you to the letter of invitation.
3) If you are not a registered user of EU Supply follow the ‘Online registration’ link otherwise follow the ‘Login’ link and enter username and password.
4) Once logged in ‘Accept’ the invitation to register your interest in the opportunity. You will then be taken direct to the tender response screen.
5) Go to the ‘Access Documents’ folder on the response screen to view and download tender documentation.
6) EU Supply Tender ID 25068.
Further guidance on how to access and respond to the opportunity is available in the ‘Quick Guide for Suppliers’ which is available for downloading from the main portal login page:
(Follow link: ‘Quick Guide for Suppliers’).
For any support in submitting your response please contact EU Supply help desk at: support@eu-supply.com (Tel. 0800 840 2050) quoting the tender ID number.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com
Minimum level(s) of standards possibly required:
Information and formalities necessary for evaluating if the requirements are met:
Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com
Minimum level(s) of standards possibly required:
Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com
Minimum level(s) of standards possibly required:
Details will be included in the procurement documentation available for download from EU supply eTendering portal: https//nhssbs.eu-supply.com
III.2.2) Contract performance conditions: Details will be included in the procurement documentation available for download from EU supply e Tendering portal:
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
Envisaged maximum number of participants to the framework agreement:20
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:NHS SBS reserves the right to use an electronic auction as part of the tendering process, if appropriate.
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-10-12 Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2016-10-12 Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The duration referenced in Section II.1.4) is for the placing of orders.
The value provided in Section II.1.4) is only an estimate. We cannot guarantee to successful suppliers any business through this framework agreement. Spend and volumes may vary throughout the life of the framework agreement from the anticipated levels given in this notice.
Due to Restrictions placed on Contracting Authority’s, (limit of 4 000 characters for this section) the list of Contracting Authorities able to access is in the document ‘Contracting Authority Access’. This framework is available for all public sector organisations in the UK.
5 Boroughs Partnership NHS Foundation Trust;
Ashford and St Peter’s Hospitals NHS Foundation Trust;
Barking, Havering and Redbridge Hospitals NHS Trust;
Birmingham Children’s Hospital NHS Foundation Trust;
Blackpool Teaching Hospitals NHS Foundation Trust;
Bolton Hospitals NHS Foundation Trust;
Bradford Teaching Hospitals NHS Foundation Trust;
Bridgewater Community Healthcare NHS Trust;
Calderstones Partnership NHS Foundation Trust (now part of Merseycare NHS Trust);
Central and North West London NHS Foundation Trust;
Central Manchester University Hospitals NHS Foundation Trust;
Cumbria Partnership NHS Foundation Trust;
Derbyshire Community Health Services NHS Trust;
Derbyshire Healthcare NHS Foundation Trust;
East and North Hertfordshire NHS Trust;
East Cheshire NHS Trust;
East Lancashire Hospital NHS Trust;
East London NHS Foundation Trust;
East Midlands Ambulance Service NHS Trust;
Greater Manchester West Mental Health NHS Foundation Trust;
Isle of Wight NHS Trust;
Kent and Medway NHS Partnership Trust;
Lancashire Care NHS Foundation Trust;
Lancashire Teaching Hospitals NHS Foundation Trust;
Leeds and York Partnership NHS Foundation Trust;
Leeds Community Healthcare NHS Trust;
Lewisham and Greenwich NHS Trust;
Liverpool Community Healthcare NHS Trust;
Liverpool Heart and Chest Hospital NHS Foundation Trust;
Manchester Mental Health and Social Care Trust;
Mersey Care NHS Trust;
North Tees and Hartlepool NHS Foundation Trust;
North West Ambulance Service NHS Trust;
Pennine Care NHS Foundation Trust;
Plymouth Community Healthcare;
Plymouth Hospitals NHS Trust;
Portsmouth Hospitals NHS Trust;
Royal Surrey County Hospital NHS Foundation Trust;
Salford Royal NHS Foundation Trust;
South East Coast Ambulance Service NHS Trust;
South West Yorkshire Partnership NHS Foundation Trust;
Southern Health NHS Foundation Trust;
South Western Ambulance Service NHS Foundation Trust;
St Helens and Knowsley Hospitals NHS Trust;
Staffordshire and Stoke On Trent Partnership NHS Trust;
Surrey and Borders Partnership NHS Foundation Trust;
Surrey and Sussex Healthcare NHS Trust;
The Christie NHS Foundation Trust;
University Hospital Of South Manchester NHS Foundation Trust;
University Hospitals Of Morecambe Bay NHS Foundation Trust;
Wrightington, Wigan and Leigh NHS Foundation Trust;
Your Healthcare Community Interest Company;
NHS England;
NHS North of England Commissioning Support Unit (CSU);
Clinical Commissioning Group (CCG);
NHS Brent CCG;
NHS Central London (Westminster) CCG;
NHS Cumbria CCG;
NHS Darlington CCG;
NHS Durham Dales, Easington and Sedgefield CCG;
NHS Ealing CCG;
NHS Hammersmith and Fulham CCG;
NHS Harrow CCG;
NHS Hartlepool and Stockton-on-Tees CCG;
NHS Hillingdon CCG;
NHS Hounslow CCG;
NHS Newcastle Gateshead CCG;
NHS North Durham CCG;
NHS North Tyneside CCG;
NHS Northumberland CCG;
NHS South Tees CCG;
NHS South Tyneside CCG;
NHS Sunderland CCG;
NHS West London (K&C and QPP) CCG.
Please see VI.4.3) for other participating authorities.
VI.4) Procedures for review
VI.4.1) Review body
Official name: NHS Shared Business Services
Town: Salford
Postal code: M50 2UW
Country: United Kingdom
Telephone: +44 1612123728
E-mail: sophie_barton@nhs.net
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals:
OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly.
In addition to the public sector bodies identified in VI.3) and subject to the approval of NHS SBS the use of this contract / framework agreement will be open, on an associate member basis, and may include the following:
Central Government Departments, Executive Agencies and NDPBs;
National Health Service (NHS) bodies, including:
Acute Trusts;
Clinical Commissioning Groups;
Mental Health Trusts;
Ambulance Trusts;
Care Trusts;
Area Teams;
Special Health Authorities;
Other English NHS bodies;
Arms Length Bodies;
NHS Trust Development Authority (TDA);
NHS England: 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;
CSU;
NHS Professional Regulator;
The NHS Commissioning Board and other organisations involved in commissioning or overseeing General Practitioner services and GP consortia 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;
GP Practices;
And any other provider of primary medical services:
a) who are a party to any of the following contracts:
— General Medical Services;
— Personal Medical Services;
— Alternative Provider Medical Services; and/or
b) Commissioned by the NHS Commissioning Board or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
Social Enterprises:
Local Authorities:
All NHS Wales (National Health Service for Wales) organisations;
Other Welsh Public Bodies — Welsh Local Authorities;
All NHS Scotland (National Health Service for Scotland) Organisations;
Other Scottish Public Bodies;
All NHS Northern Ireland (National Health Service for Northern Ireland) organisations;
Northern Ireland Public Bodies including Local Authorities, Schools, Police Service, Citizens Advice;
Hospices in the UK;
Local Authorities;
Any commercial, not-for-profit, or other charitable entity created, controlled and financed by a local authority or authorities with regard to provision of services captured by this framework;
Police forces and other emergency services, including fire and rescue services, the maritime and coastguard agency and other rescue authorities;
Educational establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but Not:
Independent Schools;
Registered Social Landlords or Private Registered Providers of social housing;
Third Sector and Registered charities;
Citizens Advice in the United Kingdom;
Devolved and other administrations with the British Isles;
Her Majesty’s prison service;
The Ministry of Defence;
Isle of Man Government Health / Public Services.
VI.5) Date of dispatch of this notice:2016-09-05
More Opportunties
- United Kingdom-Belfast: Infant Formula and Teat Units
8 Aug 25
Business Services Organisation (BSO), Procurement and Logistics Service (PaLS) seeks through this tender opportunity to appoint suppliers for the supply and delivery of Infant Formula and Teat Units to Health and Social Care Northern Ireland (HSCNI).> > - United Kingdom-Coventry: Design and Supply of Two Sludge Drying Units
8 Aug 25
Design and supply of two sludge drying units for deployment at two sites for STW.> > - General Purpose Ultrasonic Scanning Systems- Exporting Opportunity
8 Aug 25
Opportunity type Public Sector Industry Healthcare services A tender has been issued for the supply and installation of 2 sets of general purpose ultrasonic scanning systems You must be able to: supply and install 2 complete sets of brand new general purp> >