web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Sheffield: NOE CPC Medical Cylinder Gases

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2021/S 000-031784/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: Don Valley House, Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
Email: procurement@noecpc.nhs.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:
Electronic communication requires the use of tools and devices that are not generally available.
Unrestricted and full direct access to these tools and devices is possible,free of charge,at:
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: NOE CPC Medical Cylinder Gases

Reference number: NOE.0532
II.1.2) Main CPV code: 24111500
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Medical Cylinder Gases are a high spend area within the NHS. The NOE CPC are undertaking a full procurement tender for a one stop shop provider for the provision of Medical Cylinder Gases including but not limited to:
— Medical Carbon dioxide,
— Medical air,
— Medical helium and oxygen mixture,
— Specialty gases,
— Medical nitrous oxide,
— Medical oxygen,
— Any specialised “prescription” gases.
II.1.5) Estimated total value:
Value excluding VAT: 22000000.00 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)
24111500

II.2.3) Place of performance
Nuts code:
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 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
Barnsley Hospital NHS Foundation Trust
Bradford Teaching Hospitals NHS Foundation Trust
Calderdale And Huddersfield NHS Foundation Trust
Calderdale And Huddersfield Solutions Limited (Calderdale and Huddersfield NHS Foundation Trust)
Chesterfield Royal Hospital NHS Foundation Trust
Derbyshire Community Health Services NHS Foundation Trust
Derbyshire Support and Facilities Services Limited (Chesterfield Royal Hospital NHS Foundation Trust)
Doncaster And Bassetlaw Teaching Hospitals NHS Foundation Trust
Harrogate And District NHS Foundation Trust
Harrogate Healthcare Facilities Management Ltd (T/A Harrogate Integrated Facilities Ltd)
Humber Teaching NHS Foundation Trust
Isle Of Man Department of Health
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 CIC
Mid Yorkshire Hospitals NHS Trust
Northern Lincolnshire and Goole NHS Foundation Trust
Sheffield Children’s NHS Foundation Trust
Sheffield Health & Social Care NHS Foundation Trust
Sheffield Teaching Hospitals NHS Foundation Trust
Sherwood Forest Hospitals NHS Foundation Trust
The Newcastle Upon Tyne Hospitals NHS Foundation Trust
The Rotherham NHS Foundation Trust
United Lincolnshire Hospitals NHS Trust
University Hospitals of Derby and Burton NHS Foundation Trust
University Hospitals of Leicester NHS Trust
York And Scarborough Teaching Hospitals NHS Foundation Trust
York Teaching Hospital Facilities Management (York and Scarborough Teaching Hospitals 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 and VI.3 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: 22000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:N/A

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: The entities eligible to utilise this framework agreement, subject to approval of NOE CPC, includes but will not be limited to Acute; Foundation; Ambulance; Community; Care; Primary Care; Clinical Commissioning Groups, Mental Health Trusts, Integrated Care Systems (ICS’s), Community Interest Companies (CIC), associated wholly owned companies and subsidiaries and successor bodies.
Acute Trusts:

Clinical commissioning groups (CCGs):

Mental Health Trusts:

Ambulance Trusts:

Care Trusts:

NHS Trust Development Authority (TDA):

Special Health Authorities:

Integrated Care Systems (ICS’s) and the contracting authorities which make up those ICS’s, a listing of which can be found at;
Arms Length Bodies:

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations, as identified at:

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:
The Clinical Commissioning Board, Area Teams:
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:

Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish and community councils)
Local Councils in England, Scotland and Wales:

Local Authority Councils in Northern Ireland:

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:

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:

Continued at Section VI.3 Additional Information

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.2.14) Additional information: This procurement exercise will be conducted on the Atamis Health Family Single eCommercial System at:

For any support in submitting your response please contact the Atamis helpdesk on 0800 995 6035 or email support-health@atamis.co.uk

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 SQ/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

IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:Participating Authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this framework agreement.
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:2021/S 000-009372
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-01-27 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
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-01-27 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
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
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:

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 & Social Care, as listed at:

Educational Establishments in England & Wales listed on the Department for Education’s Register EduBase (to be superseded by GIAS (Get Information about Schools) including establishments providing compulsory, higher and further education:

Schools in England

Education Trusts

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 & Rescue Services

Welsh Fire & Rescue Services

Northern Ireland Fire & Rescue Service

UK Maritime & Coastguard Agency

Registered charities in England and Wales:

Registered charities in Scotland:

Registered charities in Northern Ireland:

Ministry of Defence (MOD):

Royal Navy –
British Army –
Royal Air Force –
Registered social landlords: government funded not-for-profit organisations that provide affordable housing. They include housing associations, trusts and cooperatives.
England

Scotland

Wales

Northern Ireland

Any other public sector and government organisations, including, but not limited to, those listed at; Departments, agencies and public bodies
VI.4) Procedures for review
VI.4.1) Review body
Official name: North of England Commercial Procurement Collaborative (NOE CPC)
Postal address: Savile Street East,
Town: Sheffield,
Postal code: S4 7UQ
Country: United Kingdom
Internet address:

VI.4.2) Body responsible for mediation procedures
Official name: North of England Commercial Procurement Collaborative (NOE CPC)
Postal address: Savile Street East,
Town: Sheffield,
Postal code: S4 7UQ
Country: United Kingdom
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.

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.5) Date of dispatch of this notice:2021-12-20