web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Sheffield: Occupational clothing, special workwear and accessories

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2016/S 034-054818/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Contract award notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust)
Savile Street East
Sheffield
Postal code: S4 7UQ
United Kingdom
For the attention of: Natalie Ledger
Email: natalie.ledger@noecpc.nhs.uk
Internet Address(es):
General address of the contracting authority:
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity: Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
See II.1.7

Section II: Object of the contract
II.1) Description:
II.1.1) Title attributed to the contract:
CRE00241 Framework for the supply of Healthcare Uniforms, Workwear including Footwear and Personal Protective Equipment and Clothing (non-medical).
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: The following entities shall be eligible to become NOE CPC members in future and as such may utilise any resulting agreement(s) subject to the prior agreement of NOE CPC:
NOE CPC member bodies as listed at: , 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).
For the avoidance of doubt the following is a list of our members on the date of publishing this notice:
Barnsley Hospital NHS Foundation Trust.
Bedford Hospitals NHS Trust.
Birmingham Cross City CCG.
Birmingham South and Central CCG.
Blackburn with Darwen CCG.
Blackpool CCG.
Burton Hospitals NHS Foundation Trust.
Bradford Teaching Hospitals NHS Foundation Trust.
Calderdale And Huddersfield NHS Foundation Trust.
Cannock Chase CCG.
Chesterfield Royal Hospital NHS Foundation Trust.
Chorley and South Ribble CCG.
Colchester Hospital University NHS Foundation Trust.
Derby Hospitals NHS Foundation Trust.
Derbyshire Community Health Services NHS Foundation Trust.
Doncaster and Bassetlaw Hospitals NHS Foundation Trust.
Dudley CCG.
East Lancashire CCG.
East Staffordshire CCG.
Fylde and Wyre CCG.
Gateshead Health NHS Foundation Trust.
Greater Preston CCG.
Harrogate and District NHS Foundation Trust.
Health Education England.
Heart of England NHS Foundation Trust.
Herefordshire CCG.
Humber NHS Foundation Trust.
Ipswich Hospital NHS Trust.
James Paget University Hospitals NHS Foundation Trust.
Lancashire North CCG.
Leeds and York Partnership NHS Foundation Trust.
Leeds Community Healthcare NHS Trust.
Leeds Teaching Hospitals NHS Trust.
Locala Community Partnerships CIC.
University Hospitals of North Midlands NHS Trust.
Mid Yorkshire Hospitals NHS Trust.
North Cumbria University Hospitals NHS Trust.
North Staffordshire Combined Healthcare NHS Trust.
Northern Lincolnshire and Goole NHS Foundation Trust.
Northumbria Healthcare NHS Foundation Trust.
Nottingham University Hospitals NHS Trust.
Salisbury NHS Foundation Trust.
Sandwell and West Birmingham CCG.
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.
Shropshire CCG.
Solihull CCG.
South East Staffordshire and Seisdon Peninsula CCS.
South Staffordshire And Shropshire Healthcare NHS Foundation Trust.
Southend University Hospital NHS Foundation Trust.
Southport and Ormskirk Hospital NHS Trust.
Stafford and Surrounds CCG.
Stockport NHS Foundation Trust.
Midlands and Lancashire Commissioning Support Unit.
Stoke-on-Trent CCG.
Telford and Wrekin CCG.
The Newcastle upon Tyne Hospitals NHS Foundation Trust.
The Queen Elizabeth Hospital Kings Lynn NHS Foundation Trust.
The Rotherham NHS Foundation Trust.
United Lincolnshire Hospitals NHS Trust.
University Hospitals Birmingham NHS Foundation Trust.
University Hospitals of Leicester NHS Trust.
Walsall CCG.
West Lancashire CCG.
Wolverhampton CCG.
York Teaching Hospitals NHS Foundation Trust.
Yorkshire Ambulance Service NHS Trust.
Listings of the entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC, can be found at:
Acute Trusts:

Clinical commissioning groups (CCGs):

Mental Health Trusts:

Ambulance Trusts:

Care Trusts:

NHS Trust Development Authority (TDA):

Special Health Authorities:

Arms Length Bodies:

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: www.commissioningboard.nhs.uk/ccg-details/
CSU: www.commissioningboard.nhs.uk/appointments/csu
NHS Professional Regulator:

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 Authorities:

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:

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:

Nuts code: UK
II.1.3) Information about a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement.
II.1.4) Short description of the contract or purchase(s):
Framework Agreement for the supply of Healthcare Uniforms, Workwear including Footwear and Personal Protective equipment and clothing (non-medical).
Uniform spend is prevalent within the Non-Clinical Supplies and Services category, and has been identified as an area where NHS organisation can deliver efficiencies through rationalising and standardising garment/product requirements.
Lot 1 Healthcare Uniforms will include a range of healthcare uniforms, including but not limited to tunics, dresses, scrubs and trousers, as well as associated accompanying items.
Lot 2 Workwear including Footwear will include a range of protective and corporate wear including footwear.
Lot 3 Personal protective equipment and clothing will provide personal protective clothing and equipment to equip non-medical staff in a health and safety environment.
II.1.5) Common procurement vocabulary (CPV):
18100000, 33735100, 18141000, 18113000, 18222000, 18810000, 18444000, 18140000, 33199000, 35113400, 18830000, 18221000, 18110000, 18142000, 18800000, 18811000, 18831000, 18443500, 18143000, 18444100,
II.1.6) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.2) Total final value of contract(s):
II.2.1) Total final value of contract(s):

Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated below:
1. Price. Weighting 40
2. Technical and Quality. Weighting 60
IV.2.2) Information about electronic auction:
An electronic auction has been used: NO
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority:
CPC 00909
IV.3.2) Previous publication(s) concerning the same contract:
Contract notice
Notice number in the OJEU:
2015/S 225-409208 of 20.11.2015
Section V: Award of contract
Lot Title: Lot 1 — Healthcare Uniforms
Lot No: 1
Lot title: Lot 1 — Healthcare Uniforms
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Behrens Healthcare
Centrepoint, Marshall Stevens Way
Manchester
M17 1PP
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No

Lot Title: Lot 1 — Healthcare Uniforms
Lot No: 1
Lot title: Lot 1 — Healthcare Uniforms
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Direct Corporate Clothing plc
Direct 2 Industrial Park, Roway Lane, West Midlands
Oldbury
B69 3ES
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 1 — Healthcare Uniforms
Lot No: 1
Lot title: Lot 1 — Healthcare Uniforms
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Meltemi Limited
Pittman Way, Fulwood
Preston
PR2 9ZD
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 1 — Healthcare Uniforms
Lot No: 1
Lot title: Lot 1 — Healthcare Uniforms
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
MWUK Ltd
3 Long Acre, Willow Farm Business Park, Castle Donington, Derbyshire
Derby
DE74 2UG
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 1 — Healthcare Uniforms
Lot No: 1
Lot title: Lot 1 — Healthcare Uniforms
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
The Rizues Limited
Quayside, Salt Mills Road
Shipley
BD18 3ST
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 2 — Workwear including Footwear
Lot No: 2
Lot title: Lot 2 — Workwear including Footwear
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Arden Winch & Co Ltd
9 Acres Hill Lane
Sheffield
S9 4LR
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 2 — Workwear including Footwear
Lot No: 2
Lot title: Lot 2 — Workwear including Footwear
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Clad Safety Limited
Bridge House, Wetherby Road
Knaresborough
HG5 8LJ
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 2 — Workwear including Footwear
Lot No: 2
Lot title: Lot 2 — Workwear including Footwear
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Direct Corporate Clothing
Direct 2 Industrial Park, Roway Lane, West Midlands
Oldbury
B69 3ES
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 2 — Workwear including Footwear
Lot No: 2
Lot title: Lot 2 — Workwear including Footwear
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
MWUK Ltd
3 Long Acre, Willow Farm Business Park, Castle Donington, Derbyshire
Derby
DE74 2UG
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 2 — Workwear including Footwear
Lot No: 2
Lot title: Lot 2 — Workwear including Footwear
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
The Rizues Limited
Quayside, Salts Mill Road
Shipley
BD18 3ST
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
Lot No: 3
Lot title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 1
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Arco ltd
Waverley Street
Hull
HU1 2SJ
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
Lot No: 3
Lot title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Arden Winch & Co Ltd
9 Acres Hill Lane
Sheffield
S9 4LR
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
Lot No: 3
Lot title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Clad Safety Limited
Bridge House, Wetherby Road
Knaresborough
HG5 8LJ
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
Lot No: 3
Lot title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Direct Corporate Clothing plc
Direct 2 Industrial Oark, Roway Lane, West Midlands
Oldbury
B69 3ES
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Lot Title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
Lot No: 3
Lot title: Lot 3 — Personal Protective Equipment and Clothing (non-medical)
V.1) Date of contract award decision:
29.1.2016
V.2) Information about offers:
Number of offers received: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
MWUK Ltd
3 Long Acre, Willow Farm Business Park, Castle Donington, Derbyshire
Derby
DE74 2UG
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

Section VI: Complementary information:
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.2) Additional information:

6 of the successful tenderer(s) are SMEs.
7 — number of tenders received from SMEs.
0 — number of tender received from other EU member states.
0 — number of tender received from non-EU States.
10 — number of tender received by electronic means (ITT).
VI.3) Procedures for appeal:
VI.3.2) 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) Date of dispatch of this notice:
16.02.2016