Framework for the Supply of Textile Healthcare Products (THP) (R3) (Ангилья - Тендер #39227731) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 39227731 Дата публикации: 15-03-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Northumbria Healthcare Facilities Management Limited
Units 7&8 Silver Fox Way, Cobalt Business Park
North Shields
NE27 0QJ
UK
Contact person: Mr Carl Slater
Telephone: +44 7773166952
E-mail: carl.slater@northumbria-healthcare.nhs.uk
NUTS: UKC21
Internet address(es)
Main address: https://nhfm.co.uk/
Address of the buyer profile: https://nhfm.co.uk/
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
Body governed by public law
I.5) Main activityHealth
Section II: Object II.1) Scope of the procurement II.1.1) TitleFramework for the Supply of Textile Healthcare Products (THP) (R3)
Reference number: DN660422
II.1.2) Main CPV code19000000
II.1.3) Type of contractSupplies
II.1.4) Short descriptionThis 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.
The Framework comprises of 11 Lots:
LOT NUMBER and LOT TITLE
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 (Grip Socks), (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 clothing, bedding and various bags. sheets, trousers, laundry bags and curtains
8 Components parts used in the manufacture clothing such as T-shirts and sweat shirts.
9 Components parts used in the manufacture sandbags.
10 Components parts used in the manufacture of leather goods, and also this lot includes foam board for manufacturing insoles.
11 Supply Supply of an anti-viral & anti-bacterial solution that captures and eradicate >99% of viruses and microorganisms, including COVID-19, S. aureus, P. aeruginosa, and E. Coli in 10 mins contact time. The product must be non-cytotoxic and safe for human use and not contain heavy metals or utilise metallic ions.
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.
Further information in relation to call off criteria can be found within Schedule 7 of the Call-
Off Terms and Conditions.
Further details of the Contracting Authority’s requirements under the Contract and other
relevant information are detailed in the Specification at Schedule 2.
II.1.6) Information about lotsThis contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) DescriptionLot No: 1
II.2.1) TitleComponent parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes
II.2.2) Additional CPV code(s)19200000
19400000
II.2.3) Place of performanceNUTS code:
UKC21
Main site or place of performance:
Northumbria Manufacturing and Innovation Hub
Avenue Road
Seaton Delaval
Whitley Bay
NE25 0QJ
II.2.4) Description of the procurementComponent parts used in the manufacture of Sterile Surgical Gowns & Drapes, Single Use Sterile/Non-Sterile Drapes
II.2.5) Award criteriaCriteria below:
Quality criterion: Organisational Capability / Weighting: 25%
Quality criterion: Quality Management / Weighting: 15%
Quality criterion: Business Continuity/Risk Management / Weighting: 10%
Quality criterion: Social Value / Weighting: 10%
Price / Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
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 six-month duration
following expiry of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: Yes
Description of options:
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 six-month duration
following expiry of the Framework.
II.2.12) Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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 six-month duration
following expiry of the Framework.
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.
To be successful in gaining a place on any lot, 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.
Lot No: 2
II.2.1) TitleComponent parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons
II.2.2) Additional CPV code(s)19200000
19400000
II.2.3) Place of performanceNUTS code:
UKC21
Main site or place of performance:
Northumbria Manufacturing and Innovation Hub
Avenue Road
Seaton Delaval
Whitley Bay
NE25 0QJ
II.2.4) Description of the procurementComponent parts used in the manufacture of Non-Sterile Isolation Gowns & Aprons
II.2.5) Award criteriaCriteria below:
Quality criterion: Organisational Capability / Weighting: 25%
Quality criterion: Quality Management / Weighting: 15%
Quality criterion: Business Continuity/Risk Management / Weighting: 10
Quality criterion: Social Value / Weighting: 10%
Price / Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
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 six-month duration
following expiry of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: Yes
Description of options:
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 six-month duration
following expiry of the Framework.
II.2.12) Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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 six-month duration
following expiry of the Framework.
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.
To be successful in gaining a place on any lot, 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.
Lot No: 3
II.2.1) TitleLot 3 - Component parts used in the manufacture of Scrub Tops and Trousers, Smart Scrubs, Pillows (Standard and Small), Waffle Summers Blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and Cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Posy Mitts, Kit Bags, Window Curtains, Slipperets (Grip Socks), Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns
II.2.2) Additional CPV code(s)19200000
19400000
II.2.3) Place of performanceNUTS code:
UKC21
Main site or place of performance:
Northumbria Manufacturing and Innovation Hub
Avenue Road
Seaton Delaval
Whitley Bay
NE25 0QJ
II.2.4) Description of the procurementComponent parts used in the manufacture of Scrub Tops and Trousers, Smart Scrubs, Pillows (Standard and Small), Waffle Summers Blankets, Heavy Weight Blankets, Bed Sheets (Flat, Top and Cot), Dressing Gowns, Male Pyjamas, Female Night Dresses, Posy Mitts, Kit Bags, Window Curtains, Slipperets (Grip Socks), Patient Gowns, Reusable Warmup Jacket, Reusable Sterile Gowns, Knitted Underwear, Threads
II.2.5) Award criteriaCriteria below:
Quality criterion: Organisational Capability / Weighting: 25%
Quality criterion: Quality Management / Weighting: 15%
Quality criterion: Business Continuity/Risk Management / Weighting: 10%
Quality criterion: Social Value / Weighting: 10%
Price / Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
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 six-month duration
following expiry of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: Yes
Description of options:
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 six-month duration
following expiry of the Framework.
II.2.12) Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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 six-month duration
following expiry of the Framework.
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.
To be successful in gaining a place on any lot, 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.
Lot No: 4
II.2.1) TitleComponent parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns
II.2.2) Additional CPV code(s)19200000
19400000
II.2.3) Place of performanceNUTS code:
UKC21
Main site or place of performance:
Northumbria Manufacturing and Innovation Hub
Avenue Road
Seaton Delaval
Whitley Bay
NE25 0QJ
II.2.4) Description of the procurementComponent parts used in the manufacture of Theatre caps, Hoods, Disposable Warm Up Jackets, Disposable Scrubs, Patient Examination Gowns
II.2.5) Award criteriaCriteria below:
Quality criterion: Organisational Capability / Weighting: 25%
Quality criterion: Quality Management / Weighting: 15%
Quality criterion: Business Continuity/Risk Management / Weighting: 10%
Quality criterion: Social Value / Weighting: 10%
Price / Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
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 six-month duration
following expiry of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: Yes
Description of options:
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 six-month duration
following expiry of the Framework.
II.2.12) Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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 six-month duration
following expiry of the Framework.
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.
Lot No: 5
II.2.1) TitleComponent parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations
II.2.2) Additional CPV code(s)19200000
19400000
II.2.3) Place of performanceNUTS code:
UKC21
Main site or place of performance:
Northumbria Manufacturing and Innovation Hub
Avenue Road
Seaton Delaval
Whitley Bay
NE25 0QJ
II.2.4) Description of the procurementComponent parts used in the manufacture of soft furnishing items and furniture to meet healthcare & domestic contract regulations
II.2.5) Award criteriaCriteria below:
Quality criterion: Organisational Capability / Weighting: 25%
Quality criterion: Quality Management / Weighting: 15%
Quality criterion: Business Continuity/Risk Management / Weighting: 10%
Quality criterion: Social Value / Weighting: 10%
Price / Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
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 six-month duration
following expiry of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: Yes
Description of options:
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 six-month duration
following expiry of the Framework.
II.2.12) Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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 six-month duration
following expiry of the Framework.
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.
Lot No: 6
II.2.1) TitleComponents parts used in the manufacture of Type II R Masks
II.2.2) Additional CPV code(s)19200000
19400000
II.2.3) Place of performanceNUTS code:
UKC21
Main site or place of performance:
Northumbria Manufacturing and Innovation Hub
Avenue Road
Seaton Delaval
Whitley Bay
NE25 0QJ
II.2.4) Description of the procurementComponents parts used in the manufacture of Type II R Masks
II.2.5) Award criteriaCriteria below:
Quality criterion: Organisational Capability / Weighting: 25%
Quality criterion: Quality Management / Weighting: 15%
Quality criterion: Business Continuity/Risk Management / Weighting: 10%
Quality criterion: Social Value / Weighting: 10%
Price / Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in working days: 24
This contract is subject to renewal: Yes
Description of renewals:
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 six-month duration
following expiry of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: Yes
Description of options:
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 six-month duration
following expiry of the Framework.
II.2.12) Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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 six-month duration
following expiry of the Framework.
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.
Lot No: 7
II.2.1) TitleSupply of an anti-viral & anti-bacterial solution that captures and eradicate >99% of viruses and microorganisms
II.2.2) Additional CPV code(s)24455000
33000000
II.2.3) Place of performanceNUTS code:
UKC21
Main site or place of performance:
Northumbria Manufacturing and Innovation Hub
Avenue Road
Seaton Delaval
Whitley Bay
NE25 0QJ
II.2.4) Description of the procurementSupply of an anti-viral & anti-bacterial solution that captures and eradicate >99% of viruses and microorganisms, including COVID-19, S. aureus, P. aeruginosa, and E. Coli in 10 mins contact time. The product must be non-cytotoxic and safe for human use and not contain heavy metals or utilise metallic ions.
II.2.5) Award criteriaCriteria below:
Quality criterion: Organisational Capability / Weighting: 25%
Quality criterion: Quality Management / Weighting: 15%
Quality criterion: Business Continuity/Risk Management / Weighting: 10%
Quality criterion: Social Value / Weighting: 10%
Price / Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
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 six-month duration
following expiry of the Framework.
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: Yes
II.2.11) Information about optionsOptions: Yes
Description of options:
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 six-month duration
following expiry of the Framework.
II.2.12) Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional informationThe 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 six-month duration
following expiry of the Framework.
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.
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement duration exceeding 4 years:
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 procedureNotice number in the OJ S:
2022/S 000-020408
IV.2.2) Time limit for receipt of tenders or requests to participateDate: 14/04/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tendersDate: 14/04/2023
Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: Yes
VI.4) Procedures for review VI.4.1) Review bodyNorthumbria Healthcare Facilities Management Ltd
Northumbria House, Units 7&8, Silver Fox Way, Cobalt Business Park
North Shields
NE27 0QJ
UK
Internet address(es)
URL: https://nhfm.co.uk/
VI.5) Date of dispatch of this notice14/03/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | carl.slater@northumbria-healthcare.nhs.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 24455000 | Disinfectants | Agro-chemical products |
| 19000000 | Leather and textile fabrics, plastic and rubber materials | Materials and Products |
| 33000000 | Medical equipments, pharmaceuticals and personal care products | Materials and Products |
| 19200000 | Textile fabrics and related items | Leather and textile fabrics, plastic and rubber materials |
| 19400000 | Textile yarn and thread | Leather and textile fabrics, plastic and rubber materials |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |