Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

PPE Framework

  • First published: 30 April 2021
  • Last modified: 30 April 2021

Contents

Summary

OCID:
ocds-kuma6s-110259
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
30 April 2021
Deadline date:
01 June 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The COVID-19 pandemic impacted supply lines on a global basis and supply chains were severely impacted across the globe. NHS Wales Shared Services Partnership – Procurement Services (NWSSP-PS) wishes to establish a framework that provides robustness NHS Wales PPE supply chains and is looking to establish a multi lot, multi supplier framework for a range of products. CPV: 33140000, 33140000, 33140000, 18443500, 33140000, 18424000, 33140000, 33141118, 33711430, 71600000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Woodland House

Cardiff

CF144HH

UK

Contact person: Lily Prance

Telephone: +44 29201836568

E-mail: Lily.Prance@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:

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

PPE Framework

Reference number: CAV-OJEU-PROJECT46877

II.1.2) Main CPV code

33140000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The COVID-19 pandemic impacted supply lines on a global basis and supply chains were severely impacted across the globe. NHS Wales Shared Services Partnership – Procurement Services (NWSSP-PS) wishes to establish a framework that provides robustness NHS Wales PPE supply chains and is looking to establish a multi lot, multi supplier framework for a range of products.

II.1.5) Estimated total value

Value excluding VAT: 120 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 6 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Type IIR Fluid Resistant Surgical Face Masks (FRMS)

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

NHS Sites and locations accross Wales. It is anticipated that deliveries will be to a small number of central locations for onward delivery.

II.2.4) Description of the procurement

This lot is for the provision of Type IIR Masks. Further specification information is included in the tender documentation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

24 month extension option at the sole discretion of NHS Wales.

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

Lot No: 2

II.2.1) Title

Lot 2 - Face Visors

II.2.2) Additional CPV code(s)

18443500

33140000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

NHS Sites and locations across Wales. It is anticipated that deliveries will be to a small number of central locations for onward delivery.

II.2.4) Description of the procurement

This lot is for the provision of Visors. Further specification information is included in the tender documentation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

24 month extension option at the sole discretion of NHS Wales

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

Lot No: 3

II.2.1) Title

Lot 3 - Medical Nitrile Examination Gloves

II.2.2) Additional CPV code(s)

18424000

33140000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

NHS Sites and locations across Wales. It is anticipated that deliveries will be to a small number of central locations for onward delivery.

II.2.4) Description of the procurement

This lot is for the provision of Examination Gloves. Further specification information is included in the tender documentation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

24 months extension option at the sole discretion of NHS Wales

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

Lot No: 4

II.2.1) Title

Lot 4 - Multi Surface Wipes

II.2.2) Additional CPV code(s)

33141118

33711430

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

NHS Sites and locations across Wales. It is anticipated that deliveries will be to a small number of central locations for onward delivery.

II.2.4) Description of the procurement

This lot is for the provision of Wipes. Further specification information is included in the tender documentation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

24 month extension option at the sole discretion of NHS Wales

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

Lot No: 5

II.2.1) Title

Lot 5 - Thumb Loop Gowns

II.2.2) Additional CPV code(s)

33140000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

NHS Sites and locations across Wales. It is anticipated that deliveries will be to a small number of central locations for onward delivery.

II.2.4) Description of the procurement

This lot is for the provision of Thumb Loop Gowns. Further specification information is included in the tender documentation.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

24 month extension option at the sole discretion of NHS Wales

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

Lot No: 6

II.2.1) Title

Lot 6 - Sourcing Agency Service Provider

II.2.2) Additional CPV code(s)

71600000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

NHS Sites and locations accross Wales. It is anticipated that deliveries will be to a small number of central locations for onward delivery.

II.2.4) Description of the procurement

This lot will include the following services;

Sourcing

- Sourcing

- Benchmarking

- Market engagement

- International Markets

- Consultancy Services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

24 month extension option at the sole discretion of NHS Wales

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 several operators.

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: 01/06/2021

Local time: 14:00

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

Tender must be valid until: 01/12/2021

IV.2.7) Conditions for opening of tenders

Date: 01/06/2021

Local time: 14:00

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

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 ITT 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 ITT's after the stated closing date.

4. This framework will only be used if current NHS Shared Services Partnership - Procurement Services contracts or frameworks cannot meet demand. The value of the framework is estimated and as noted above, this framework may not be utilised.

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 Health Boards and Trusts across NHS Wales.

7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_86779 for all tender documentation.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=110259

(WA Ref:110259)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NHS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board 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

30/04/2021

Coding

Commodity categories

ID Title Parent category
33711430 Disposable personal wipes Perfumes and toiletries
18424000 Gloves Clothing accessories
33140000 Medical consumables Medical equipments
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
18443500 Visors Headgear and headgear accessories
33141118 Wipes Disposable non-chemical medical consumables and haematological consumables

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Lily.Prance@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
04/05/2021 10:57
Telephone Number
Please note, that the telephone number listed in the advert should read;

02921836568

Many thanks.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.