Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4th Floor, Companies House, Crown Way
Cardiff
CF14 3UB
UK
Telephone: +44 2920903700
E-mail: NWSSPProcurement.MedicalTeam@wales.nhs.uk
NUTS: UKL
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/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
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/home.html
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
Reconditioning of Wheelchairs
Reference number: MED-OJEU-50981
II.1.2) Main CPV code
50421100
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of a Wheelchair Reconditioning service for the South Wales Artificial Limb and Appliance Service.
II.1.5) Estimated total value
Value excluding VAT:
1 131 889.08
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50421100
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Health Boards and Trusts within NHS Wales.
II.2.4) Description of the procurement
Provision of a Wheelchair Reconditioning Service to the Artificial Limb and Appliance Service in South Wales.
II.2.5) Award criteria
Criteria below:
Quality criterion: Qualification
/ Weighting: PASS/FAIL
Quality criterion: Technical
/ Weighting: PASS/FAIL
Quality criterion: Preliminary Appraisal
/ Weighting: PASS/FAIL
Quality criterion: Service Quality
/ Weighting: PASS/FAIL
Quality criterion: Capped Pricing
/ Weighting: 3
Quality criterion: Priority Supplier Programme
/ Weighting: 2
Price
/ Weighting:
95
II.2.6) Estimated value
Value excluding VAT:
1 131 889.08
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
An option to extend for up to a further 24 months beyond the initial contract period.
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
III.2.2) Contract performance conditions
As per the Terms & Conditions of Contract included within the tender documents.
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 a single operator.
Justification for any framework agreement duration exceeding 4 years: Due to the nature of the service and the outlay and costs required for economic operators to setup and provide the service required.
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:
18/10/2022
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:
01/02/2023
IV.2.7) Conditions for opening of tenders
Date:
18/10/2022
Local time: 12:00
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
NHS Wales Shared Services Partnership (hosted by Velindre University NHS Trust) operates on behalf of the following organisations;
-Aneurin Bevan University Local Health Board
-Betsi Cadwaladr University Local Health Board
-Cardiff and Vale University Local Health Board
-Cwm Taf Morgannwg University Health Board
-Hywel Dda University Local Health Board
-Swansea Bay University Health Board
-Powys Teaching Local Health Board
-Public Health Wales NHS Trust
-Velindre University NHS Trust
-Welsh Ambulance Services NHS Trust
These organisations and their successors will have access to purchase from this framework agreement.
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=124664
(WA Ref:124664)
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
12/09/2022