Market Leads & Opportunities
United Kingdom-Sheffield: Total Orthopaedic Solutions 2
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 048-109651/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
Section I: Contracting authority
I.1) Name and addresses
Official name: NHS Supply Chain Collaborative Procurement Partnership LLP (acting on behalf of Supply Chain Coordination Ltd (SCCL) whose registered office is at Skipton House, 80 London Road, London, SE1 6LH
Postal address: NHS Supply Chain, CPP LLP 2nd Floor, Don Valley House, Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
Contact Person: CPP Tower 4
Email: procurementT4@supplychain.nhs.uk
Internet address(es):
Main address:
Address of the buyer profile:
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: Total Orthopaedic Solutions 2
Reference number: NHS Supply Chain Project Reference 0011
II.1.2) Main CPV code: 33141700
Supplementary CPV code:
LA29
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Total Orthopaedic Solutions 2 framework is the second iteration of the successful framework for the provision or orthopaedic goods and services to the NHS which was introduced in 2014. It combines the existing frameworks: total Orthopaedic Solutions and the DHL MSK framework, to produce a single comprehensive agreement, focused on delivering continued benefits and value to the NHS and its patients. There shall be 10 Orthopaedic Lots detailed in this Notice. The list of eligible entities who may utilise the resulting agreement can be found in this Notice within Lot 1 at Sections II.2.4); II.2.11) and Section VI.3) and shall apply to all 10 lots. See Annex A2 of ITT for more detail.
II.1.5) Estimated total value:
Value excluding VAT: 2000000000 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: Orthopaedic Hip Arthroplasty
Lot No:Lot 1
II.2.2) Additional CPV code(s)
33141700, 33183200, 33183100, 33162000, 33184000, 50422000, 33197000, 33184100, 48814000, 33169000, 33162200, 48180000, 33162100, 33183300, 33160000, 33141750, 33190000, 85121283, 80320000
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:
Lot 1: Hip Primary and Revision joint replacement including FNOF hemi-arthroplasty and bespoke/custom made implants sub-lots:
1.1) Primary Hips;
1.2.1) Revision Hips;
1.2.2) Revision Hips without Primary;
1.3) Paediatrics;
1.4) Hemiarthroplasty (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 440000000 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: There are no options Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of CPP LLP 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 08455578079/+44(0)1144070056
II.2.1) Title: Orthopaedic Knee Arthroplasty
Lot No:Lot 2
II.2.2) Additional CPV code(s)
33141700, 33183200, 33183100, 33162000, 33184000, 50422000, 33162100, 33184100, 33160000, 33169000, 33162200, 33197000, 48180000, 33183300, 48814000, 33141750, 33190000, 85121283, 80320000
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:
Lot 2: Orthopaedic Knee Arthroplasty — Knee Primary and Revision joint replacement including bespoke/custom made implants Sub-lots:
2.1) Primary Knees;
2.2a) Revision knees;
2.2b) Revision knees Alone;
2.3a) Partial knee link primary; and
2.3b) Partial knee Alone (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term.)
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 420000000 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: There are no options please refer to Lot 1 For list of participating authorities.
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 08455578079/+44(0)1144070056
II.2.1) Title: Orthopaedic Extremities
Lot No:Lot 3
II.2.2) Additional CPV code(s)
33141700, 33183200, 33183100, 33184000, 50422000, 33197000, 33184100, 48814000, 33169000, 33190000, 33162200, 48180000, 33162100, 33183300, 33160000, 33141750, 33141770, 85121283, 80320000
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:
Lot 3: Orthopaedic Extremities — Shoulder, Elbow and Ankle Joint Reconstruction and fracture management through prosthetic implantation, including bespoke/custom made implants. Sub-lots:
3.1a) Shoulder Trauma Prosthesis;
3.1b) Shoulder — Conventional TSA;
3.1c) Shoulder Resurfacing;
3.1d) Shoulder Reverse;
3.1e) Shoulder Revision;
3.1f) Shoulder Humeral Reconstruction;
3.2) Elbow;
3.3) Ankle;
3.4) Finger;
3.5) Thumb;
3.6) Wrist;
3.7) Toes (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 100000000 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: There are no options please refer to Lot 1 for list of participating authorities.
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 08455578079/+44(0)1144070056).
II.2.1) Title: Orthopaedic Internal and External Fixation
Lot No:Lot 4
II.2.2) Additional CPV code(s)
33141700, 33183100, 33162000, 33184000, 33140000, 50422000, 33162100, 33184100, 33160000, 33169000, 33141770, 33162200, 33197000, 48180000, 33183300, 48814000, 33141750, 33190000, 85121283, 80320000
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:
Lot 4: Orthopaedic Internal and External Fixation — All Trauma implants by way of emergency trauma and elective non-recon/congenital correction implants, external fixation devices and consumables. CMF also within this Lot. Sub-lots:
4.1) Core Plates;
4.2) DHS;
4.3) Shoulder Plating;
4.4) Elbow Plates and Radial Heads;
4.5) Hand and Wrist Plates;
4.6) Femoral Plates;
4.7) Tibial Plates;
4.8) Fibular Plates;
4.9) Pelvic Plates;
4.10) Screws — Plate Fixation;
4.11) Compression Screws;
4.12) Cannulated Screws;
4.13) Foot and Ankle Plates;
4.14) Staples;
4.15) IM Nailing Systems;
4.16) External Fixation Systems;
4.17) Paediatrics;
4.18) CMF;
4.19) Thorax;
4.20) Miscellaneous/Consumables;
4.21) Instrumentation (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 440000000 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: There are no options please refer to Lot 1 for list of participating authorities.
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 08455578079/+44(0)1144070056).
II.2.1) Title: Spine
Lot No:Lot 5
II.2.2) Additional CPV code(s)
33141700, 33183100, 33162000, 50422000, 33162100, 33184100, 48814000, 33169000, 33190000, 33162200, 33197000, 48180000, 33183300, 33160000, 33141750, 33141770, 85121283, 80320000
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:
Lot 5: Spine — Orthopaedic spinal implants and consumables including spine specific cements and substitutes. (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 220000000 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: There are no options please refer to Lot 1 for list of participating authorities.
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 08455578079/+44(0)1144070056).
II.2.1) Title: Arthroscopy/Sports Medicine
Lot No:Lot 6
II.2.2) Additional CPV code(s)
33141700, 33183100, 33162000, 33168000, 33140000, 80320000, 33162100, 33160000, 33169000, 33141770, 33162200, 33197000, 48180000, 48814000, 33190000, 85121283, 50422000
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:
Lot 6: Arthroscopy/Sports Medicine — All capital and consumable items required for arthroscopic surgery including all stack systems and hardware for resection/ablation, etc. All specialist instrumentation, disposables and Implants for soft tissue repair and mobilisation. Sub-lots:
6.1) Lower Limb;
6.2) Anchors;
6.3) Extremity Implants;
6.4) Fluid Management;
6.5) Shavers;
6.6) RF;
6.7) Specialist Instrumentation;
6.8) Capital — Visual;
6.9) Capital — Surgical;
6.10) Paediatrics (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 220000000 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: There are no options please refer to Lot 1 for list of participating authorities.
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 08455578079/+44(0)1144070056).
II.2.1) Title: Bone Preparation
Lot No:Lot 7
II.2.2) Additional CPV code(s)
33141700, 33183100, 33162000, 80320000, 33162100, 33160000, 33169000, 33162200, 33197000, 48180000, 48814000, 33190000, 85121283, 50422000, 33697110
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:
Lot 7: Bone Preparation — Bone cement, Mixing Systems, Pulse Lavage, Bone substitutes, associated products. Sub-lots:
7.1) Cement;
7.2) Mixing System;
7.3) Preloaded Mixing System;
7.4) Pulse Lavage;
7.5) Cement Plug;
7.6) Temporary Spacer;
7.7) Implant Removal;
7.8) Bone Graft;
7.9) Tourniquet;
7.10) Impaction Grafting (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 50000000 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: There are no options please refer to Lot 1 for list of participating authorities.
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 08455578079/+44(0)1144070056).
II.2.1) Title: Orthopaedic Power Tools and Consumables
Lot No:Lot 8
II.2.2) Additional CPV code(s)
33100000, 33183100, 33162000, 33140000, 33141700, 50422000, 33162100, 48814000, 33169000, 33162200, 33197000, 48180000, 33160000, 33190000, 80320000
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:
Lot 8: Orthopaedic Power Tools and Consumables — Large bone, Trauma and High-Speed power tools including all Loan agreements, maintenance and all associated consumables. Sub-lots:
8.1a) Hand Pieces;
8.1b) Mains Chargers;
8.1c) Casing;
8.1d) Adaptors;
8.1e) Attachments;
8.2) Saw blades;
8.3) Drills Burs (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 50000000 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: There are no options please refer to Lot 1 for list of participating authorities.
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 08455578079/+44(0)1144070056).
II.2.1) Title: Regenerative Technology
Lot No:Lot 9
II.2.2) Additional CPV code(s)
33141700, 33183100, 33162000, 33184000, 33141000, 80320000, 33197000, 33160000, 33169000, 33162200, 48180000, 33162100, 33111660, 48814000, 33141750, 33190000, 33141630, 85121283, 50422000
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:
Lot 9: Regenerative Technology — All Biologic and Synthetic bone and soft tissue substitutes and additional products such as platelet separation systems. Sub-lots:
9.1a) Human Soft Tissue;
9.1b) Human Cancellous Bone;
9.1c) Human Cancellous/Cortical Bone;
9.1d) Human Head;
9.1e) Human Shaft;
9.1f) Human Whole Bone;
9.1g) Human Long Bone;
9.1h) Human Condyle;
9.1i) Human Demineralised Bone Matrix;
9.1j) Human Collagen;
9.2) Animal;
9.3) Synthetic Bone Void Filler;
9.4) Blood Products (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 40000000 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: There are no options please refer to Lot 1 for list of participating authorities.
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 08455578079/+44(0)1144070056).
II.2.1) Title: Orthopaedic Generic Instrumentation
Lot No:Lot 10
II.2.2) Additional CPV code(s)
33141700, 33183100, 33162000, 33168000, 50422000, 33183000, 33162100, 33160000, 33100000, 33169000, 33141770, 33162200, 33197000, 48180000, 48814000, 33190000, 85121283, 80320000
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:
Lot 10: Orthopaedic Generic Instrumentation — All generic operating theatre instrumentation required throughout any orthopaedic procedure; including Bone Nibblers, Retractors, Rongeurs, Osteotomes, Mallets, Curettes, etc. Sub-lots:
10.1) Hoods;
10.2) Toga;
10.3) Ultrasound for Bone Healing;
10.4) Instruments (those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework including wholly owned companies and subsidiaries during the contract term).
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 10000000 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: There are no options please refer to Lot 1 for list of participating authorities.
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 08455578079/+44(0)1144070056).
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
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:100
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2018/S 158-361398
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-04-08 Local time: 13:00
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:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2019-04-08 Local time: 13:05 Place:
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
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:
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 CPP LLP retain absolute discretion as to whether to accept any offer following evaluation. The CPP LLP is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The CPP LLP 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. Please note there will be 2 supplier events limited to 2 places by supplier to be held on Thursday 7 March at Hilton Hotel, Hilton Sheffield Hotel Victoria Quays, Furnival Road, Sheffield S4 7YA 0930-1230 and 1330-1630 see ITT for further information.
VI.4) Procedures for review
VI.4.1) Review body
Official name: As 1.1 above
Town: Sheffield
Postal code: S4 7QU
Country: United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
CPP LLP 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: As 1.1 above
Town: Sheffield
Country: United Kingdom
VI.5) Date of dispatch of this notice:2019-03-04
More Opportunties
- Polypropylene food containers, film and free-on-loan sealing machines
16 Dec 25
Synchronicity Care Limited (SCL) T/A CDD Services have awarded a contract to Burlodge Ltd for provision of polypropylene food containers, film and free-on-loan sealing machines via call-off without competition through NHS Supply Chain Catering Consumables> > - 25100 Cambridgeshire County Council Duplicate Payment Software
16 Dec 25
This is an award notice following the Cambridgeshire County Council (CCC) procurement process seeking a Duplicate Payment Checker solution on behalf of the four Partners and two Council owned customers. The solutions are used within Accounts Payable where> > - 3D Printer and Software
16 Dec 25
Closed below threshold tender for 3 quotation exercise or 3D printer software & hardware for use within podiatry department.> >
