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
Telephone: +44 1745448430
E-mail: Joanne.liddle@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: http://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
AW36881 All Wales Blood Collection Systems
Reference number: Bravo Reference itt_63884
II.1.2) Main CPV code
33141300
II.1.3) Type of contract
Supplies
II.1.4) Short description
This tender process is to renew the All Wales Framework Agreement for Blood Collection Systems throughout NHS Wales. Products included in the framework are:
Evacuated Blood Collection Tubes; Non evacuated capillary (or low draw) tubes suitable for paediatric patients or patients with difficult veins; safety blood collection needles; tube holders; evacuated urine tubes and any associated consumable.
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
Evacuated Blood Collection & Associated Products
II.2.2) Additional CPV code(s)
33141300
33140000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Evacuated collection tubes are a sealed vacuum tube used to collect a blood specimen obtained through venipuncture.
A blood collection needle is used as part of a system to collect venous blood.
An evacuated urine collection tube are the tubes used in automated testing running side by side with the blood collection tubes in this lot.
This Lot includes all evacuated blood collection tubes; evacuated urine collection tubes; safety blood collection needles which may comprise all in one or 2 pieces to make up device, and other products such as transfer straws, holders etc.
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: Yes
Description of renewals:
The initial period will be for 4 years (48 months), there will be an option to extend by a further 2 x 12 month periods (maximum duration 72 months)
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.2.13) 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
For further information please refer to the ITT and all documents attached to the ITT located at www.etenderwales.bravosolution.co.uk
Lot No: 2
II.2.1) Title
Non Evacuated Blood Collection
II.2.2) Additional CPV code(s)
33141300
33140000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
A sealed tube used to collect a capillary or low draw blood specimen obtained through venipuncture. Specifically in small children, babies or patients with difficult veins any associated products.
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: Yes
Description of renewals:
The initial period will be for 4 years (48 months), there will be an option to extend by a further 2 x 12 month periods (maximum duration 72 months)
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.2.13) 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
For further information please refer to the ITT and all documents attached to the ITT located at www.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:
As stated in the procurement 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.2.2) Contract performance conditions
As stated in the procurement 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 several operators.
Envisaged maximum number of participants to the framework agreement: 2
Justification for any framework agreement duration exceeding 4 years: The Framework Agreement duration may exceed 4 years due to the potential cost of change associated with this procurement. A longer time period will reduce any impact of such a change and prevent workload/resource issues for clinical and laboratory staff managing such change.
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:
2016/S 161-290789
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/09/2017
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
26/09/2017
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:
Upon renewal (dependent on whether extension invoked)
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
Bravo Reference: itt_63884
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=69774
(WA Ref:69774)
VI.4) Procedures for review
VI.4.1) Review body
NHS Wales Shared Services Partnership
Alder House, Alder Court, St Asaph Business Park,
St Asaph
LL17 0JL
UK
Telephone: +44 1745448430
Internet address(es)
URL: http://www.procurement.wales.nhs.uk
VI.5) Date of dispatch of this notice
17/08/2017