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
LL17 0JL
UK
Telephone: +44 1443848585
E-mail: Joanne.liddle@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://www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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-50910 Provision of Medical Evaluations for the Welsh Bone Marrow Donor Registry (WBMDR)
Reference number: CLI-OJEU-50910
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Bone Marrow Donor Registry (WBMDR) hosted by Welsh Blood Service (a division of Velindre University NHS Trust) supports stem cell transplantation programs in the UK and globally. NWSSP Procurement Services (hosted by Velindre University NHS Trust) are seeking to appoint the services of suitably qualified healthcare professional/s to undertake medical evaluations of prospective stem cell/lymphocyte donors to assess their suitability to donate.
This will be a ranked Framework Agreement for an initial period of two years with the option to extend for a further one year.
The start date is anticipated as 1st August or 1st September 2023.
II.1.5) Estimated total value
Value excluding VAT:
180 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85140000
79625000
85121200
85141000
85148000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Wales
II.2.4) Description of the procurement
NWSSP Procurement Services are seeking to appoint suitably qualified healthcare professional or professionals to undertake medical evaluations of prospective stem cell / lymphocyte donors to assess their suitability to donate.
By suitably qualified, we that Bidders must have valid GMC Registration and have sufficient indemnity in place.
Approximately 100 medical evaluations are undertaken by the current provider per annum although this figure is not guaranteed due to the nature of this requirement.
We are seeking to appoint up to 3 providers should they fully meet the Core Requirements which can be found in the Specification within the ITT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Core Requirements
/ Weighting: 30
Quality criterion: Desirable Requirements
/ Weighting: 20
Price
/ Weighting:
50
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:
12 month extension option
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
II.2.14) Additional information
Please refer to the ITT documents found at https://etenderwales.bravosolution.co.uk
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:
Please refer to the ITT documents
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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Must have valid GMC Registration and indemnity in place
III.2.2) Contract performance conditions
Please refer to 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.
Envisaged maximum number of participants to the framework agreement: 3
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 003-123382
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/06/2023
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/06/2023
Local time: 12:30
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
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=131386
(WA Ref:131386)
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
05/05/2023