Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
  4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
  Cardiff
  CF15 7QZ
  UK
  
            Telephone: +44 1443848585
  
            E-mail: tom.ormerod@wales.nhs.uk
  
            NUTS: UK
  Internet address(es)
  
              Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
 
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://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
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
BCU-OJEU-45288- Testing, Maintenance & Repair Of Community Equipment
            Reference number: BCU-OJEU-45288
  II.1.2) Main CPV code
  75200000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  This Invitation to Tender (ITT) is issued by NHS Wales Shared Services Partnership – Procurement Services on behalf of Betsi Cadwaladr University Local Health Board (BCUHB) and Local Authorities with responsibility for Joint Agency Partnerships for Community Equipment Services in North Wales.
  The three Joint Agency Partnerships working across North Wales entitled to utilise this Framework Agreement are:
  -	The North West Wales Community Equipment Partnership (NWW CES) serving the three westerly counties of North Wales. This partnership is hosted by BCU Health Board
  -	The North East Wales Community Equipment Service (NEWCES) partnership serving Flintshire County Council & Wrexham County Borough Council. This partnership is hosted by Flintshire County Council.
  -	The Denbighshire County Council partnership covering Denbighshire County only. This partnership is hosted/led by the Local Authority.
  The contracting authorities are seeking to appoint a suitably qualified contractor by means of a sole supplier Framework Agreement to provide Testing, Maintenance and Repair of community equipment which is owned and loaned by Community Equipment Services in North Wales.
  The primary services required are:
  -	A call out repair service to emergency breakdowns of Community Equipment
  -	Maintenance and planned preventative maintenance (PPM) of Community Equipment
  -	Inspection, thorough examination & testing certification of Community Equipment
  The secondary services that may be required on an ad hoc basis are:
  -	Hire of equipment including its delivery, collection, assembly and disassembly and assured fitness for purpose.
  -	Delivery, installation or collection of equipment to or from a patient or CES location(s)
  - Decontaminations in exceptional circumstances
  The detailed specification of Requirements can be accessed via https://etenderwales.bravosolution.co.uk/
  II.1.5) Estimated total value
  Value excluding VAT: 
			944 753.20 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    75200000
    II.2.3) Place of performance
    NUTS code:
    UKL
    II.2.4) Description of the procurement
    This Invitation to Tender (ITT) is issued by NHS Wales Shared Services Partnership – Procurement Services on behalf of Betsi Cadwaladr University Local Health Board (BCUHB) and Local Authorities with responsibility for Joint Agency Partnerships for Community Equipment Services in North Wales.
    The three Joint Agency Partnerships working across North Wales entitled to utilise this Framework Agreement are:
    -	The North West Wales Community Equipment Partnership (NWW CES) serving the three westerly counties of North Wales. This partnership is hosted by BCU Health Board
    -	The North East Wales Community Equipment Service (NEWCES) partnership serving Flintshire County Council & Wrexham County Borough Council. This partnership is hosted by Flintshire County Council.
    -	The Denbighshire County Council partnership covering Denbighshire County only. This partnership is hosted/led by the Local Authority.
    The contracting authorities are seeking to appoint a suitably qualified contractor by means of a sole supplier Framework Agreement to provide Testing, Maintenance and Repair of community equipment which is owned and loaned by Community Equipment Services in North Wales.
    The primary services required are:
    -	A call out repair service to emergency breakdowns of Community Equipment
    -	Maintenance and planned preventative maintenance (PPM) of Community Equipment
    -	Inspection, thorough examination & testing certification of Community Equipment
    The secondary services that may be required on an ad hoc basis are:
    -	Hire of equipment including its delivery, collection, assembly and disassembly and assured fitness for purpose.
    -	Delivery, installation or collection of equipment to or from a patient or CES location(s)
    -	Decontaminations in exceptional circumstances
    The detailed specification of Requirements can be accessed via https://etenderwales.bravosolution.co.uk/
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Cost criterion: Price
                    / Weighting: 40
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  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
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  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
 
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 a single operator.
  
                        Justification for any framework agreement duration exceeding 4 years: NA
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              05/02/2021
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  CY
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Tender must be valid until:
                30/04/2021
  IV.2.7) Conditions for opening of tenders
  
              Date:
              08/02/2021
  
              Local time: 09:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=106280.
(WA Ref:106280)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
  VI.4.1) Review body
  
    High Court
    Royal Courts of Justice, The Strand
    London
    WC2A 2LL
    UK
    
            Telephone: +44 2079477501
   
 
VI.5) Date of dispatch of this notice
04/01/2021