Framework for the supply of Textile Healthcare Products (THP) (R2)

A Tender Notice
by NORTHUMBRIA HEALTHCARE FACILITIES MANAGEMENT LIMITED

Source
Contracts Finder
Type
Framework (Products)
Duration
4 year
Value
£250K
Sector
INDUSTRIAL
Published
27 Jul 2022
Delivery
03 Oct 2022 to 02 Oct 2026
Deadline
29 Aug 2022 12:00

Concepts

Location

Geochart for 1 buyers and 0 suppliers

Description

This is a call for competition to establish a Multi Lot Framework of key suppliers to supply Textile Healthcare Products (THP) to the Contracting Authority's manufacturing site at Seaton Delaval in the North East of England. This Framework Agreement can be accessed by: Northumbria Healthcare Facilities Management Ltd (the Authority) a wholly owned subsidiary of Northumbria Healthcare NHS Foundation Trust. QE Facilities a wholly owned subsidiary company of Gateshead Health NHS Foundation Trust. The Framework comprises of 8 Lots: 1 Component parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes 2 Component parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons 3 Component parts used in the manufacture of Scrub Tops and Trousers, Pillows (Standard and Small), Waffle Summers blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Patient Safety Mitts, Kit Bags, Window Curtains, Slipperets, Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Smart Scrubs, Fleece Blankets 4 Component parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns 5 Component parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations. 6 Components parts used in the manufacture of Type II R Masks 7 Components parts used in the manufacture of Lip-Reading Masks 8 Component parts used in the manufacture of FFP3 Facemasks Tenderers may tender for one or more individual component(s) within any lot and appointment to the Framework Agreement will be made on a component by component basis only. Tenders will be evaluated as follows: Selection Questionnaire Quality Evaluation Commercial evaluation Each tender will be evaluated based on the most economically advantageous tender (MEAT) based on the following: Quality 60% and Price 40% All components will be evaluated individually in accordance with the above criteria. To be successful in gaining a place on the Framework Agreement, a combined minimum Quality/Cost score of 60% must be achieved against each component bid for, subject to passing all stages of the evaluation process. The Contracting Authority makes no guarantee as to the volumes of business or any business on offer and any figures / quantities / volumes stated are indicative and there for guidance only for costing purposes. Call Offs for Goods/Services under the framework will be made either via a direct award or a further competition depending on the requirement and the scope of the services, and solely at the discretion of the Contracting Authority.

CPV Codes

  • 19200000 - Textile fabrics and related items
  • 19400000 - Textile yarn and thread

Indicators

  • Contract is suitable for SMEs.
  • Contract is suitable for VCOs.

Other Information

Further details of the Contracting Authority's requirements are detailed in the ITT documents which can be found at: https://procontract.due-north.com The Framework will be awarded for 2 years (initial term), with an option to extend for a further two x 12-month periods, at the sole discretion of the Contracting Authority. Call Off orders can be placed under the Framework up until and including the last day of the Framework agreement provided that the Call Off is no longer than a two-month duration following expiry of the Framework.

Reference

Domains