Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services on behalf of Velindre University NHS Trust
4 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Contact person: Paul Thomas
Telephone: +44 2920902255
E-mail: Paul.Thomas4@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/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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
The Procurement of Velindre Overseas Challenge Events
Reference number: VEL-VCC- 45184
II.1.2) Main CPV code
79952000
II.1.3) Type of contract
Services
II.1.4) Short description
Velindre University NHS Trust are looking for a supplier to Manage overseas events.
The successful Tour Operator will have a wealth of experience in organising overseas charity challenges at high altitude of up to 6,000 metres. They will work very closely with Velindre staff and local overseas Ground Handlers to ensure comprehensive tour management, correct levels of Health & Safety, event management and a high level of customer care
II.1.5) Estimated total value
Value excluding VAT:
650 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
79952000
92622000
92621000
79952100
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Dependent on event
Velindre team are based at :
Velindre Cancer Centre
Velindre Rd
Cardiff
CF14 2TL
II.2.4) Description of the procurement
We are currently sourcing a supplier for out overseas event management. A contract is expected for a 3 year period (option to extend for a further 1 +1 years) to a total of 5 years.
Previous events include:
- Mount Kilimanjaro climb 80 people
- Majorca Bike ride 120 people
- USA West Coast bike ride 100 people
- Cuba world heritage trek 80 people
All these events are to raise much needed funds for the charity. To support investment into Velindre University NHS Trust Cancer Hospital.
Velindre Cancer Centre is also known as The Hospital of Hope, and this is made possible because of the fantastic and committed support of our donors and fundraisers. Fundraising and donations allow us to fund projects over and above those provided by the NHS, which improve the experience and outcomes of patients receiving treatment and care here, and provide vital support services to patients and their families.
It also enables us to offer better quality of care through complex treatment pathways, earlier access to cutting edge treatments, research into new treatments, purchase specialist equipment, fund invaluable support services and resources along with ensuring our staff have access to
the most up to date training and techniques available.
Fundraising and donations allows us to fund projects over and above those provided by the NHS, which improve the experience and outcomes of patients receiving treatment and care here, and provide vital support services to patients and their families.
It also enables us to offer better quality of care through complex treatment pathways, earlier access to cutting edge treatments, research into new treatments, purchase specialist equipment, fund invaluable support services and resources along with ensuring our staff have access to the most up to date training and techniques available.
It really is difficult to overstate the difference fundraising makes here at Velindre, but the benefits are invaluable.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology
/ Weighting: 13%
Quality criterion: Personnel/resource required
/ Weighting: 13%
Quality criterion: Procedures
/ Weighting: 13%
Quality criterion: Presentation
/ Weighting: 6%
Quality criterion: Well Being of Future Generations Act
/ Weighting: 5%
Quality criterion: Foundational Economy
/ Weighting: 5%
Quality criterion: Carbon Footprint
/ Weighting: 5%
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: Yes
Description of renewals:
2 x 12 month extension options (24 months in total)
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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:
Supplier must have Risk IOSH qualification. For daily dynamic risk assessments and management
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
Supplier must have Risk IOSH qualification. For daily dynamic risk assessments and management
Supplier must have Cyber Essentials plus or ISO27001 certification
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.1.8) 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 000-012040
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/10/2022
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:
17/10/2022
IV.2.7) Conditions for opening of tenders
Date:
18/10/2022
Local time: 12:00
Place:
Bravo Etender Wales
Information about authorised persons and opening procedure:
Paul Thomas - Procurement Business Manager
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
In 3 to 5 years time, dependent on Options to extend being exercised
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=124800
(WA Ref:124800)
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
15/09/2022