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

CLI-OJEU-39130 All Wales Standard & Custom Procedure Pack Framework Agreement

  • First published: 14 February 2019
  • Last modified: 20 February 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-089308
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
14 February 2019
Deadline date:
30 April 2019
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

NHS Wales Shared Services Partnership (NWSSP) is inviting tenders on behalf of NHS bodies in Wales for a Standard & Custom Procedure Packs Framework Agreement. This procurement will involve the establishment of a multi-supplier Framework Agreement, with the exception of Lot 6 which will be awarded to a sole supplier. NHS Bodies will then have option to award direct call off contracts or run mini-competitions under this Framework. Bidders may submit offers for 1 or all Lots. Please refer to ITT documentation for further information. CPV: 33000000, 33000000, 33100000, 33141115, 33141114, 33141116, 33141117, 33141120, 33141121, 33141124, 33141128, 33141200, 33141220, 33141310, 33141240, 33141320, 33141321, 33141323, 33141326, 33141328, 33141411, 33141420, 33141600, 33141610, 33141615, 33162000, 33169000, 33171300, 33698000, 39518100, 39518200, 22993200, 22993300, 38911000, 38912000, 38900000, 33198200, 33000000, 33100000, 33000000, 33100000, 33000000, 33100000, 33000000, 33100000, 33000000, 33100000.

Full notice text

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: Charlie Pritchard

Telephone: +44 1745366827

E-mail: charlie.pritchard@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://www.procurement.wales.nhs.uk

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-39130 All Wales Standard & Custom Procedure Pack Framework Agreement

Reference number: CLI-OJEU-39130

II.1.2) Main CPV code

33000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

NHS Wales Shared Services Partnership (NWSSP) is inviting tenders on behalf of NHS bodies in Wales for a Standard & Custom Procedure Packs Framework Agreement.

This procurement will involve the establishment of a multi-supplier Framework Agreement, with the exception of Lot 6 which will be awarded to a sole supplier.

NHS Bodies will then have option to award direct call off contracts or run mini-competitions under this Framework. Bidders may submit offers for 1 or

all Lots.

Please refer to ITT documentation for further information.

II.1.5) Estimated total value

Value excluding VAT: 9 200 000.00  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

Medical Procedure Packs

II.2.2) Additional CPV code(s)

33000000

33100000

33141115

33141114

33141116

33141117

33141120

33141121

33141124

33141128

33141200

33141220

33141310

33141240

33141320

33141321

33141323

33141326

33141328

33141411

33141420

33141600

33141610

33141615

33162000

33169000

33171300

33698000

39518100

39518200

22993200

22993300

38911000

38912000

38900000

33198200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot includes all Medical Procedure Packs that are used in NHS Wales.

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: Yes

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

Lot No: 2

II.2.1) Title

Surgical Procedure Packs

II.2.2) Additional CPV code(s)

33000000

33100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot includes all Surgical Procedure Packs that are used in NHS Wales.

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: Yes

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

Lot No: 3

II.2.1) Title

Radiology & Cardiology Procedure Packs

II.2.2) Additional CPV code(s)

33000000

33100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot includes all Radiology & Cardiology Procedure Packs that are used in NHS Wales.

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: Yes

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

Lot No: 4

II.2.1) Title

Spinal, Anaesthetic & NRFit Procedure Packs

II.2.2) Additional CPV code(s)

33000000

33100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot includes all Spinal, Anaesthetic & NRFit Procedure Packs that are used in NHS Wales.

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: Yes

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

Lot No: 5

II.2.1) Title

Arterial, Cannulation & Critical Care Procedure Packs

II.2.2) Additional CPV code(s)

33000000

33100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot includes all Arterial, Cannulation & Critical Care Procedure Packs that are used in NHS Wales.

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: Yes

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

Lot No: 6

II.2.1) Title

All Wales Procedure Packs

II.2.2) Additional CPV code(s)

33000000

33100000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot is for the sole supply of the All Wales Procedure Packs as specified in Lot 6. Please refer to the ITT documentation, Appendix B.

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.2.12) 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:

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 document.

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:

2018/S 111-252429

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/03/2019

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: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 22/03/2019

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:

Jan 2023

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

The NHS Bodies in existence at the time of this tender are:

- Abertawe Bro Morgannwg University Health Board

- Aneurin Bevan University Health Board

- Betsi Cadwaladr University Health Boards

- Cardiff & Vale University Health Board

- Cwm Taf University Health Board

- Hywel Dda University Health Board

- Powys Teaching Health Board

- Velindre NHS Trust

- Public Health Wales NHS Trust

- Welsh Ambulance Services NHS Trust

NOTE: The authority is using eTenderwales to carry out this procurement process.

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=89308

(WA Ref:89308)

VI.4) Procedures for review

VI.4.1) Review body

NHS Wales Shared Services Partnership

4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

UK

Telephone: +44 1443848585

Internet address(es)

URL: http://www.procurement.wales.nhs.uk

VI.5) Date of dispatch of this notice

12/02/2019

Coding

Commodity categories

ID Title Parent category
33141321 Anesthesia needles Disposable non-chemical medical consumables and haematological consumables
38912000 Automated swab test kits Hygiene monitoring and testing equipment
33141615 Bags for urine Disposable non-chemical medical consumables and haematological consumables
33141323 Biopsy needles Disposable non-chemical medical consumables and haematological consumables
33141220 Cannulae Disposable non-chemical medical consumables and haematological consumables
33141240 Catheter accessories Disposable non-chemical medical consumables and haematological consumables
33141200 Catheters Disposable non-chemical medical consumables and haematological consumables
33698000 Clinical products Various medicinal products
33141120 Clip, suture, ligature supplies Disposable non-chemical medical consumables and haematological consumables
33141610 Collection bag Disposable non-chemical medical consumables and haematological consumables
33141600 Collector and collection bags, drainage and kits Disposable non-chemical medical consumables and haematological consumables
33141117 Cotton wool Disposable non-chemical medical consumables and haematological consumables
33141116 Dressing packs Disposable non-chemical medical consumables and haematological consumables
33171300 Epidural kits or packs Instruments for anaesthesia and resuscitation
33141328 Epidural needles Disposable non-chemical medical consumables and haematological consumables
22993200 Heat-sensitive paper or paperboard Photosensitive, heat-sensitive or thermographic paper and paperboard
38911000 Manual swab test kits Hygiene monitoring and testing equipment
33100000 Medical equipments Medical equipments, pharmaceuticals and personal care products
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
33141114 Medical gauze Disposable non-chemical medical consumables and haematological consumables
33141320 Medical needles Disposable non-chemical medical consumables and haematological consumables
33141115 Medical wadding Disposable non-chemical medical consumables and haematological consumables
38900000 Miscellaneous evaluation or testing instruments Laboratory, optical and precision equipments (excl. glasses)
33141128 Needles for sutures Disposable non-chemical medical consumables and haematological consumables
33162000 Operating theatre devices and instruments Operating techniques
39518100 Operating-theatre drapes Hospital linen
39518200 Operating-theatre sheets Hospital linen
33198200 Paper sterilisation pouches or wraps Hospital paper articles
33141326 Radiology procedural needles Disposable non-chemical medical consumables and haematological consumables
33141411 Scalpels and blades Disposable non-chemical medical consumables and haematological consumables
33141124 Sharps pads Disposable non-chemical medical consumables and haematological consumables
33141420 Surgical gloves Disposable non-chemical medical consumables and haematological consumables
33169000 Surgical instruments Operating techniques
33141121 Surgical sutures Disposable non-chemical medical consumables and haematological consumables
33141310 Syringes Disposable non-chemical medical consumables and haematological consumables
22993300 Thermographic paper or paperboard Photosensitive, heat-sensitive or thermographic paper and paperboard

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.

Document family

Notice details
Publication date:
14 February 2019
Deadline date:
30 April 2019 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
25 February 2019
Notice type:
14 Corrigendum
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
23 August 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
charlie.pritchard@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
20/02/2019 15:47
Notice date(s) changed
IV.2.2) Time limit
Old date: 20/03/2019 12:00
New date: 30/04/2019 12:00

IV.2.7) Conditions for opening of tenders
Old date: 22/03/2019 12:00
New date: 30/04/2019 12:00

Due to the imminent withdrawal from EU and unknown outcome of Brexit Negotiations, NHS Wales has agreed to extend the closing date of this ITT until 30th April 2019. This will give all wishing to participate in this exercise the opportunity to review their positions following the 29th March 2019.

The submission date for the Samples for Lot 6 will also been extended until 30th April 2019.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.