Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

150000000

  • First published: 28 July 2023
  • Last modified: 28 July 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-037ec2
Published by:
NHS Supply Chain
Authority ID:
AA21880
Publication date:
28 July 2023
Deadline date:
28 August 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

To supply a range of paper Hand Towel Sleeves to fulfil the generic requirements within the healthcare environment

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Supply Chain

Wellington House, 133-155 Waterloo Road

London

SE1 8UG

UK

Contact person: Tim Cole

Telephone: +44 77971583706

E-mail: Tim.Cole1@supplychain.nhs.uk

NUTS: UK

Internet address(es)

Main address: www.supplychain.nhs.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://nhssupplychain.app.jaggaer.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://nhssupplychain.app.jaggaer.com/


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

150000000

II.1.2) Main CPV code

33760000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NHS Supply Chain - FMOS seeks to establish a Framework Agreement for the supply of Paper Hygiene Products comprising of Hand Towels, Centrefeed, Couch Roll, Facial Tissue, Toilet Tissue. As the main provider into the NHS, we estimate the contract value per annum to be between £27,000,000 to £37,000,000 depending on Customer requirements. We are proposing a 4 year Framework duration. The products are to be supplied to NHS Supply Chain - FMOS depots via the Stock and e-direct routes.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.2) Additional CPV code(s)

33763000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

To supply a range of paper Hand Towel Sleeves to fulfil the generic requirements within the healthcare environment

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 30%

Quality criterion: Sales, Service and Quality / Weighting: 15%

Quality criterion: Inventory Assessment / Weighting: 5%

Price / Weighting:  50%

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

NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 1 of the Framework Agreement.

Lot No: 2

II.2.2) Additional CPV code(s)

33763000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

To supply a range of paper Hand Towel Rolls to fulfil the generic requirements within the healthcare environment

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 30%

Quality criterion: Sales, Service and Quality / Weighting: 15%

Quality criterion: Inventory Assessment / Weighting: 5%

Price / Weighting:  50%

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

NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 2 of the Framework Agreement.

Lot No: 3

II.2.2) Additional CPV code(s)

33772000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

To supply a range of Centrefeed rolls to fulfil the generic requirements within the healthcare environment

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 30%

Quality criterion: Sales, Service and Quality / Weighting: 15%

Quality criterion: Inventory Assessment / Weighting: 5%

Price / Weighting:  50%

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

NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 3 of the Framework Agreement.

Lot No: 4

II.2.2) Additional CPV code(s)

33772000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

To supply a range of Facial Tissues to fulfil the generic requirements within the healthcare environment

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 30%

Quality criterion: Sales, Service and Quality / Weighting: 15%

Quality criterion: Inventory Assessment / Weighting: 5%

Price / Weighting:  50%

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

NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 4 of the Framework Agreement.

Lot No: 5

II.2.2) Additional CPV code(s)

33772000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

To supply a range of Couch Rolls and Wipers to fulfil the generic requirements within the healthcare environment

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 30%

Quality criterion: Sales, Service and Quality / Weighting: 15%

Quality criterion: Inventory Assessment / Weighting: 5%

Price / Weighting:  50%

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

NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 5 of the Framework Agreement.

Lot No: 6

II.2.2) Additional CPV code(s)

33761000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

To supply a range of Jumbo Toilet Tissue to fulfil the generic requirements within the healthcare environment

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 30%

Quality criterion: Sales, Service and Quality / Weighting: 15%

Quality criterion: Inventory Assessment / Weighting: 5%

Price / Weighting:  50%

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

NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 6 of the Framework Agreement.

Lot No: 7

II.2.2) Additional CPV code(s)

33761000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

To supply a range of Bulk Pack and Conventional Toilet Tissue to fulfil the generic requirements within the healthcare environment

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 30%

Quality criterion: Sales, Service and Quality / Weighting: 15%

Quality criterion: Inventory Assessment / Weighting: 5%

Price / Weighting:  50%

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

NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 7 of the Framework Agreement.

Lot No: 8

II.2.2) Additional CPV code(s)

33761000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

To supply a range of System Toilet Tissue to fulfil the generic requirements within the healthcare environment.

II.2.5) Award criteria

Criteria below:

Quality criterion: Social Value / Weighting: 30%

Quality criterion: Sales, Service and Quality / Weighting: 15%

Quality criterion: Inventory Assessment / Weighting: 5%

Price / Weighting:  50%

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

NHS Supply Chain - FMOS anticipates appointing all Applicants to the Lot who have met the minimum requirements which are set out in these tender documents and whose overall score by product line meets or exceeds a 50% hurdle at tender evaluation stage for Lot 8 of the Framework Agreement.

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:

Applicants should refer to II.2 of this Contract Notice for further details in respect of appointment to the individual Lots across the Framework Agreement.

Applicants may bid for one, more than one or all of the Lots and Applicants should refer to the Invitation to Tender for more information in respect of this.

The term of contracts formed under the Framework Agreement may continue beyond the end of the term of the Framework Agreement itself.

NHS Supply Chain - FMOS expects to provide successful Suppliers with the opportunity to offer additional savings to customers through the provision of discounted pricing, value added offerings and commitment initiatives.

NHS Supply Chain - FMOS will share savings information in order to assist its customers with making informed procurement decisions. NHS Supply Chain - FMOS intends to enter into arrangements under which it will be entitled to purchase supplies and/or services which it will make available for purchase by 1) any NHS Trust; 2) any other NHS entity; 3) any government department, agency or other statutory body (for the avoidance of doubt including local authorities) and/or 4) any private sector entity active in the UK healthcare sector. Only NHS Supply Chain - FMOS can order from the Framework Agreement and enter into contracts under it.

Electronic ordering will be used and electronic invoicing will be accepted and electronic payment will be used. For the avoidance of doubt, and notwithstanding the estimate indicated at II.2.1, NHS Supply Chain - Hotel Services does not guarantee any level of purchase through the framework and advises Applicants that the framework shall be established on a non-exclusive basis. Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain - Hotel Services is not liable for any costs (including any third party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain - FMOS reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time, or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted. All communications must be made through NHS Supply Chain - FMOS's eTendering portal at http://procurement.supplychain.nhs.uk/ISS/ using the Message Centre facility linked to this particular contract notice.

Please note that the maximum number of suppliers as set out in IV.1.3 is an estimate only. Applicants should note that NHS Supply Chain - FMOS anticipates re-opening competition for Product Lines under the Framework Agreement pursuant to the Nationally Contracted Products Programme (“NCP”). Awarded suppliers shall be engaged with at the time of competition and further details provided.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Parent company or other guarantees may be required in certain circumstances. Further details will be in the tender documents.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

The Contracting Authority reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.


III.2) Conditions related to the contract

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 with several operators.

IV.1.6) Information about electronic auction

An electronic auction will be used

IV.1.8) Information about 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:

2022/S 000-031082

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/08/2023

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 7 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/08/2023

Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This procurement exercise will be conducted on the NHS Supply Chain eProcurement portal at https://nhssupplychain.app.jaggaer.com/

Applicants wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eProcurement portal as follows:

Registration:

1) use URL https://nhssupplychain.app.jaggaer.com/ to access the NHS Supply Chain Procurement portal;

2) if not yet registered:

— click on the ‘Register Here’ link to access the registration page,

— complete the registration pages.

Portal access:

If registration has been completed:

— login with URL https://nhssupplychain.app.jaggaer.com/

— Applicants should download the Supplier Userguide located within the eProcurement portal.

— Select “My ITT’s”,

— Select the three ”…” to the top right hand side of the screen.

— Select “Help for Suppliers”. This will then open a new screen with a library of guidance document and a video which will guide you through how to submit a compliant bid.

Support:

Should Applicants require any system support or help to locate and submit a bid for the opportunity they should contact the Jaggaer Helpdesk on;

Tel: 0800 069 8630

Email: help_uk@jaggaer.com

VI.4) Procedures for review

VI.4.1) Review body

NHS Supply 'Chain

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Appeals to be logged in accordance with the Public Contracts Regulations 2015 (as amended).

NHS Supply Chain is not liable for any costs (including any third-party costs fees or expenses incurred by those expressing an interest, participating or tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.

VI.5) Date of dispatch of this notice

27/07/2023

Coding

Commodity categories

ID Title Parent category
33772000 Disposable paper products Paper sanitary
33763000 Paper hand towels Toilet paper, handkerchiefs, hand towels and serviettes
33761000 Toilet paper Toilet paper, handkerchiefs, hand towels and serviettes
33760000 Toilet paper, handkerchiefs, hand towels and serviettes Personal care products

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Tim.Cole1@supplychain.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.