Opportunity

BCU-OJEU-45288- Testing, Maintenance & Repair Of Community Equipment

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice reference: 2021/S 000-000059

Published 4 January 2021, 5:24pm



Section one: Contracting authority

one.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

Email

tom.ormerod@wales.nhs.uk

Telephone

+44 1443848585

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

BCU-OJEU-45288- Testing, Maintenance & Repair Of Community Equipment

Reference number

BCU-OJEU-45288

two.1.2) Main CPV code

  • 75200000 - Provision of services to the community

two.1.3) Type of contract

Services

two.1.4) Short description

This Invitation to Tender (ITT) is issued by NHS Wales Shared Services Partnership – Procurement Services on behalf of Betsi Cadwaladr University Local Health Board (BCUHB) and Local Authorities with responsibility for Joint Agency Partnerships for Community Equipment Services in North Wales.

The three Joint Agency Partnerships working across North Wales entitled to utilise this Framework Agreement are:

- The North West Wales Community Equipment Partnership (NWW CES) serving the three westerly counties of North Wales. This partnership is hosted by BCU Health Board

- The North East Wales Community Equipment Service (NEWCES) partnership serving Flintshire County Council & Wrexham County Borough Council. This partnership is hosted by Flintshire County Council.

- The Denbighshire County Council partnership covering Denbighshire County only. This partnership is hosted/led by the Local Authority.

The contracting authorities are seeking to appoint a suitably qualified contractor by means of a sole supplier Framework Agreement to provide Testing, Maintenance and Repair of community equipment which is owned and loaned by Community Equipment Services in North Wales.

The primary services required are:

- A call out repair service to emergency breakdowns of Community Equipment

- Maintenance and planned preventative maintenance (PPM) of Community Equipment

- Inspection, thorough examination & testing certification of Community Equipment

The secondary services that may be required on an ad hoc basis are:

- Hire of equipment including its delivery, collection, assembly and disassembly and assured fitness for purpose.

- Delivery, installation or collection of equipment to or from a patient or CES location(s)

- Decontaminations in exceptional circumstances

The detailed specification of Requirements can be accessed via https://etenderwales.bravosolution.co.uk/

two.1.5) Estimated total value

Value excluding VAT: £944,753.20

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community

two.2.3) Place of performance

NUTS codes
  • UKL - WALES

two.2.4) Description of the procurement

This Invitation to Tender (ITT) is issued by NHS Wales Shared Services Partnership – Procurement Services on behalf of Betsi Cadwaladr University Local Health Board (BCUHB) and Local Authorities with responsibility for Joint Agency Partnerships for Community Equipment Services in North Wales.

The three Joint Agency Partnerships working across North Wales entitled to utilise this Framework Agreement are:

- The North West Wales Community Equipment Partnership (NWW CES) serving the three westerly counties of North Wales. This partnership is hosted by BCU Health Board

- The North East Wales Community Equipment Service (NEWCES) partnership serving Flintshire County Council & Wrexham County Borough Council. This partnership is hosted by Flintshire County Council.

- The Denbighshire County Council partnership covering Denbighshire County only. This partnership is hosted/led by the Local Authority.

The contracting authorities are seeking to appoint a suitably qualified contractor by means of a sole supplier Framework Agreement to provide Testing, Maintenance and Repair of community equipment which is owned and loaned by Community Equipment Services in North Wales.

The primary services required are:

- A call out repair service to emergency breakdowns of Community Equipment

- Maintenance and planned preventative maintenance (PPM) of Community Equipment

- Inspection, thorough examination & testing certification of Community Equipment

The secondary services that may be required on an ad hoc basis are:

- Hire of equipment including its delivery, collection, assembly and disassembly and assured fitness for purpose.

- Delivery, installation or collection of equipment to or from a patient or CES location(s)

- Decontaminations in exceptional circumstances

The detailed specification of Requirements can be accessed via https://etenderwales.bravosolution.co.uk/

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

NA

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

5 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30 April 2021

four.2.7) Conditions for opening of tenders

Date

8 February 2021

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.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=106280.

(WA Ref:106280)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom