Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Woodlands House, Maes-Y-Coed Road
Cardiff
CF14 4HH
UK
Contact person: Michael French
Telephone: +44 2921508292
E-mail: michael.french@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.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
Repair or Replacement of Fire Doors across the NWSSP Laundry Service
Reference number: NWSSP-OJEU-54431
II.1.2) Main CPV code
75251110
II.1.3) Type of contract
Services
II.1.4) Short description
NWSSP (National Health Service Shared Services Partnership) All Wales Laundry Service require the repair or replacement of fire doors at three facilities that they operate. The facilities include the Glan Clwyd Laundry, Llansamlet Laundry, and Green Vale Laundry.
The fire doors are critical components of the buildings' fire safety systems and must adhere to relevant fire safety regulations and standards.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
69 727.41
GBP
II.2) Description
II.2.2) Additional CPV code(s)
75251110
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
NWSSP (National Health Service Shared Services Partnership) All Wales Laundry Service require the repair or replacement of fire doors at three facilities that they operate. The facilities include the Glan Clwyd Laundry, Llansamlet Laundry, and Green Vale Laundry.
The fire doors are critical components of the buildings' fire safety systems and must adhere to relevant fire safety regulations and standards.
The successful contractor will be responsible for the following:
a. Assessment
b. Repair/Replacement Plan
c. Compliance
d. Materials (procurement of replacement doors, any materials for any repairs to the requested standard)
e. Installation of replacement doors
f. Testing and Certification
g. Documentation
II.2.5) Award criteria
Quality criterion: Method Statement
/ Weighting: 45
Quality criterion: Foundational Economy
/ Weighting: 7.5
Quality criterion: Decarbonation
/ Weighting: 7.5
Price
/ Weighting:
40
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-027401
Section V: Award of contract
Contract No: NWSSP-OJEU-54455
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/01/2024
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Ventro Ltd
Aquilam House, 7 Darklake View, Estover
Plymouth
PL67TL
UK
Telephone: +44 8453810999
Fax: +44 8453820999
NUTS: UKK41
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 69 727.41
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Please note additional information on this procurement:
1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the Procurement documents and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.
3. The Contracting Authority will not accept completed responses after the stated closing date.
4. All documents to be priced (where applicable) in sterling and all payments made in sterling.
5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of the All Wales Laundry Service
7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_105725
(WA Ref:138784)
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NHS Wales Shared Services Partnership will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract.
Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1.
Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015.
VI.5) Date of dispatch of this notice
06/03/2024