Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership
Alder House, Alder Court, St Asaph Business Park
St. Asaph
LL17 0JL
UK
Contact person: Joanne Liddle
E-mail: Joanne.liddle@wales.nhs.uk
NUTS: UKL
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:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.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
CLI-OJEU-51794 Provision of Donor Cards to Welsh Blood Service
Reference number: CLI-OJEU-51794
II.1.2) Main CPV code
22000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NHS Wales Shared Services Partnership - Procurement Services, hosted by Velindre University NHS Trust, is seeking to award a contract for the supply, production and distribution of the Welsh Blood Service Donor Card by inviting suitably qualified Bidders to tender.
This is a contract renewal.
II.1.5) Estimated total value
Value excluding VAT:
210 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
22450000
22458000
22900000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Welsh Blood Service (a division of Velindre University NHS Trust) is commissioned by Welsh Government to provide blood components to hospitals across Wales.
This includes the collection of whole blood from community based teams throughout Wales, from a mixture of community based venues and blood-mobile clinics. These clinics are held in the heart of small communities, co-ordinated from commercial company venues or set up in popular retail park areas. In addition, the WBS provides donors with the opportunity to donate platelets via automated apheresis technology from its clinic at Talbot Green.
In recognition of their support and contribution to saving lives in Wales, whole blood and platelet donors receive Blood Donor Cards at specifi milestones in their donation careers:
- 1 – 4 Donations Blue & Red Card
- 5 – 9 Donations Orange & Red Card
- 10 – 24 Donations Bronze & Red Card
- 25 – 49 Donations Silver & Red Card
- 50 – 74 Donations Gold & Red Card
- 75 – 99 Donations Gold Card
- 100+ Donations Platinum Card
The current demand for whole blood and platelet cards is c25,500 cards per annnum and for Antibody cards c250 per annum. This figure is not guaranteed and may be subject to increase or decrease.
Key fob cards were introduced in the last contract due to their popularity and is required in this new contract.
The requirement is for a suitably qualified contractor to manage the supply, production and distribution of the Welsh Blood Service Donor Card. This includes all supporting literature and packaging of cards and distributing either directly to Donors or to addresses specified by the WBS.
Branding & design of cards is out of scope of this contract.
Further information and full specification can be found within the ITT document located at www.etenderwales.bravosolution.co.uk
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical/Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Contract will be for initial term of 3 years with option to extender for a further 2 years either in full or in 12 month increments
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:
Yes
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to the ITT
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
III.2.2) Contract performance conditions
Please refer to the ITT documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
18/01/2023
Local time: 12:00
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/01/2023
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=127382
(WA Ref:127382)
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
12/12/2022