Procurement Hub: Personal Protective Equipment and Hygiene Supplies DPS

  Procurement Hub is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Personal Protective Equipment and Hygiene Supplies DPS
Notice type: Contract Notice
Authority: Procurement Hub
Nature of contract: Supplies
Procedure: Restricted
Short Description: Procurement Hub are seeking providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Personal Protective Equipment (PPE) and hygiene supplies which will be offered for use to the entire public sector. The DPS will close for initial applications on 4th May 2020 and will reopen on 6th May 2020. The DPS will then be live for a period of 12 months.
Published: 03/04/2020 14:29
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Preston: Medical equipments.
Section I: Contracting Authority
      I.1) Name and addresses
             Places for People Group Limited
             4 The Pavilions, Portway, Preston, PR2 2YB, United Kingdom
             Tel. +44 1772897200, Email: info@procurementhub.co.uk
             Main Address: http://www.procurementhub.co.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Medical-equipments./K5H23R8HDP
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Personal Protective Equipment and Hygiene Supplies DPS       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      33100000 - Medical equipments.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: Procurement Hub are seeking providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Personal Protective Equipment (PPE) and hygiene supplies which will be offered for use to the entire public sector.

The DPS will close for initial applications on 4th May 2020 and will reopen on 6th May 2020. The DPS will then be live for a period of 12 months.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      33700000 - Personal care products.
      39800000 - Cleaning and polishing products.
      18100000 - Occupational clothing, special workwear and accessories.
      33000000 - Medical equipments, pharmaceuticals and personal care products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Procurement Hub are seeking providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Personal Protective Equipment (PPE) and hygiene supplies which will be offered for use to the entire public sector.

This DPS is being established to support Procurement Hub members by providing access to a list of prequalified suppliers.

The list of categories may change over time but it is the intention that the primary focus of the DPS will be to supply the following product types with the purpose of protecting frontline staff whilst they continue to carry out essential services;

Respiratory – surgical masks, FFP1, FF2, FF3 dust masks
Clothing – disposable aprons, coveralls
Gloves
Cleaning – anti-bacterial wipes, disinfectant sprays
Personal Hygiene – hand sanitiser, hand wash, soaps

It is the intention that these other UK public organisations should be able to rely on this procurement to purchase such goods without the need for any further OJEU procurement process via mini-competition. The Hub can be joined by Contracting Authorities and stream-lines processes for members of the Hub, reducing time and expense incurred in such procurement processes. Procurement Hub then wish to market these services so other contracting authority clients can use them ensuring quality and value for money and use a best value services supply chain. The successful suppliers will be expected to work with Procurement Hub to develop the DPS and encourage its growth.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/K5H23R8HDP
For details of the nationwide public sector eligibility list, including public sector bodies who are able to use thisFramework Agreement without limitation, please follow the below link:
https://www.procurementhub.co.uk/eligibility-criteria/       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 04/05/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Medical-equipments./K5H23R8HDP

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/K5H23R8HDP
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Crown Commercial Services
       1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 03/04/2020

Annex A


View any Notice Addenda

View Award Notice