Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Woodlands House, Maes-Y-Coed Road
Cardiff
CF14 4HH
Contact
Michael French
Telephone
+44 2921508292
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.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
Repair or Replacement of Fire Doors across the NWSSP Laundry Service
Reference number
NWSSP-OJEU-54431
two.1.2) Main CPV code
- 75251110 - Fire-prevention services
two.1.3) Type of contract
Services
two.1.4) Short description
NWSSP (National Health Service Shared Services Partnership) All Wales Laundry Service require the repair or replacement of fire doors at three facilities that they operate. The facilities include the Glan Clwyd Laundry, Llansamlet Laundry, and Green Vale Laundry.
The fire doors are critical components of the buildings' fire safety systems and must adhere to relevant fire safety regulations and standards.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £69,727.41
two.2) Description
two.2.2) Additional CPV code(s)
- 75251110 - Fire-prevention services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
NWSSP (National Health Service Shared Services Partnership) All Wales Laundry Service require the repair or replacement of fire doors at three facilities that they operate. The facilities include the Glan Clwyd Laundry, Llansamlet Laundry, and Green Vale Laundry.
The fire doors are critical components of the buildings' fire safety systems and must adhere to relevant fire safety regulations and standards.
The successful contractor will be responsible for the following:
a. Assessment
b. Repair/Replacement Plan
c. Compliance
d. Materials (procurement of replacement doors, any materials for any repairs to the requested standard)
e. Installation of replacement doors
f. Testing and Certification
g. Documentation
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 45
Quality criterion - Name: Foundational Economy / Weighting: 7.5
Quality criterion - Name: Decarbonation / Weighting: 7.5
Price - Weighting: 40
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-027401
Section five. Award of contract
Contract No
NWSSP-OJEU-54455
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 January 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Ventro Ltd
Aquilam House, 7 Darklake View, Estover
Plymouth
PL67TL
Telephone
+44 8453810999
Fax
+44 8453820999
Country
United Kingdom
NUTS code
- UKK41 - Plymouth
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £115,000
Total value of the contract/lot: £69,727.41
Section six. Complementary information
six.3) Additional information
Please note additional information on this procurement:
1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the Procurement documents and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.
3. The Contracting Authority will not accept completed responses after the stated closing date.
4. All documents to be priced (where applicable) in sterling and all payments made in sterling.
5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of the All Wales Laundry Service
7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_105725
(WA Ref:138784)
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
NHS Wales Shared Services Partnership will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract.
Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1.
Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015.