Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Alder House, Alder Court, St Asaph Business Park
St. Asaph
LL17 0JL
UK
Telephone: +44 1745366700
E-mail: NWSSP.ProcurementCatalogueWomensHea@wales.NHS.uk
NUTS: UK
Internet address(es)
Main address: https://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
CLI-OJEU-48593 WOMEN AND CHILD HEALTH CONSUMABLES FRAMEWORK AGREEMENT
Reference number: CLI-OJEU-48593
II.1.2) Main CPV code
33641200
II.1.3) Type of contract
Supplies
II.1.4) Short description
NHS Wales Shared Services Partnership Procurement Services (NWSSP ProcServ), hosted by Velindre NHS Trust, invites tenders on behalf of all NHS Bodies in Wales to appoint suitably qualified Suppliers of Women and Child Health Consumables, to include, but not to be limited to: General Gynaecological items (e.g. sounds, dilators, single use pessaries), General Obstetric items (eg. Breast Pumps, Nipple Shields, colustrum containers), Vaginal Specula, Re-Usable Vaginal Pessaries, SCBU Items (e.g.soothers, mattresses) and Sanitary Products to an all Wales Framework Agreement. The duration of this Framework Agreement will be three years, with the option to extend for a further 12 months.
II.1.5) Estimated total value
Value excluding VAT:
2 336 214.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
General Gynaecological Items
II.2.2) Additional CPV code(s)
33641200
33100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
General Gynaecological items, to include but not be limited to: single use ring pessary, single use shelf pessary, uterine sound, uterine dilator, combined uterine sound -dilator, retractor, curette, uterine manipulator, OS finder, endometrial sampler, Bartholin catheter, thread retriever.
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: 48
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
Lot No: 2
II.2.1) Title
General Obstetric Items
II.2.2) Additional CPV code(s)
85121210
33100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
General Obstetric items, to include but not be limited to: Amniotic hook, umbilical cord clamp, cord clamp cutter, birthing pool and accessories, breast pump and accessories, colostrum collector/container, nipple shields.
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: 48
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
Lot No: 3
II.2.1) Title
Vaginal Specula
II.2.2) Additional CPV code(s)
33641200
33100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Vaginal Specula, to include but not be limited to: re-usable Cusco type speculum, re-usable Sims speculum, single use Sims speculum, supporting wall speculum, single use cusco type vaginal speculum (with and without lock), single use speculum with smoke extraction, single use speculum with illumination, single use steel cusco speculum, combined supporting wall speculum with smoke extraction.
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: 48
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
Lot No: 4
II.2.1) Title
Re-usable (same patient), malleable vaginal pessaries (range of types)
II.2.2) Additional CPV code(s)
33641200
33100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Re-usable (same patient), malleable vaginal pessaries, range of types to include, but not be limited to the following pessary types: shelf, donut, ring, cube, gelhorn, dish, cup, hodge, marland, shaatz, oval, ring with knob.
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: 48
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
Lot No: 5
II.2.1) Title
SCBU (Special Care Baby Unit) items
II.2.2) Additional CPV code(s)
33750000
33711770
33100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
General SCBU Items, to include but not be limited to: soothers, teats, bottles, mattresses, cup feeder, Urine Specimen Bag (newborn/paediatric/premature urine specimen bag only).
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: 48
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
Lot No: 6
II.2.1) Title
Sanitary Products
II.2.2) Additional CPV code(s)
33771100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Provision of sanitary products, to include but not be limited to: sanitary towels and tampons
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: 48
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the ITT Document.
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
As stated in the ITT Documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 250-118735
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/06/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
21/06/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
January 2025
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 refer to the ITT
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=121116
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please refer to ITT Documents
(WA Ref:121116)
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
18/05/2022