Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Telephone: +44 1443848585
E-mail: Tom.ormerod@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/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
BCU-OJEU-45457 Environmental Monitoring Media Plates
Reference number: BCU-OJEU-45457
II.1.2) Main CPV code
33600000
II.1.3) Type of contract
Supplies
II.1.4) Short description
1.1.1 The contracting authority is seeking to appoint a suitably qualified contractor to supply environmental monitoring media plates for use in Pharmacy Production Units across Betsi Cadwaladr University Health Board. The requirement applies to the media for use in monitoring of pharmaceutical cleanrooms and for the analysis of water samples.
II.1.5) Estimated total value
Value excluding VAT:
330 450.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The contracting authority is seeking to appoint a suitably qualified contractor to supply environmental monitoring media plates for use in Pharmacy Production Units across Betsi Cadwaladr University Health Board. The requirement applies to the media for use in monitoring of pharmaceutical cleanrooms and for the analysis of water samples.
The media is required for environmental monitoring of two MHRA licensed pharmaceutical production units at Wrexham Maelor Hospital and Glan Clwyd Hospital and an unlicensed pharmaceutical production unit at Gwynedd Hospital operating under a section 10 exception.
The following media is required:
- Trypcase Soy 90mm plates (TSA)
- Trypcase Soy 55mm plates (TSA)
- Sabouraud Dextrose 90mm plates (SAB)
- Sabouraud Dextrose 55mm plates (SAB)
- R2A 90mm plates for analysis of water samples – Delivery to Wrexham Maelor Hospital Only
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Price
/ Weighting: 40
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.2.13) 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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/02/2021
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:
31/05/2021
IV.2.7) Conditions for opening of tenders
Date:
15/02/2021
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
4 years or 6 years from contract start date - Dependant on optional extension period being 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
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=107302.
(WA Ref:107302)
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
13/01/2021