Tender

Framework Agreement for the Provision of Type IIR Masks

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

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-007537

Procurement identifier (OCID): ocds-h6vhtk-04e8ac (view related notices)

Published 28 February 2025, 2:20pm



Scope

Reference

MED-FTS-58752

Description

Framework Agreement for the Provision of Type IIR Masks to organisations in NHS Wales.

Commercial tool

Establishes a framework

Total value (estimated)

  • £500,000 excluding VAT
  • £600,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 May 2025 to 30 April 2029
  • 4 years

Main procurement category

Goods

CPV classifications

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

Contract locations

  • UK - United Kingdom

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

Direct Call-Off will be the method of award for each participating organisation. Each organisation has the option of being able to buy directly from the framework agreement based on the information and product pricing provided by each supplier. This means that a participating organisation would select products based on the information that has been provided that is the closest match to the clinical and operational requirements of the organisation.

Where a participating organisation intends to call off the framework agreement by submission of an official purchase order, it may, depending on its particular requirements approach such framework participant as offers the best value for the particular requirements of the participating organisation for a particular item within the framework agreement.

To determine whether or not a framework provider is able or capable of meeting a participating organisation's specific requirements each participating organisation will consider their own requirements against information provided by the framework participant, which would include the requirements set out in the order of precedence below;

-Lead Time

-Volume Available against Requirement

-Shelf Life

-Price/Commercial Ranking

Where information is requested by a participating organisation the framework supplier should reply within the timeframe requested which should not be shorter than 48 hours from the point the request was sent via electronic means. Where a Framework supplier does not respond within this period they may not be considered for call off on that occasion.

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Health Boards, Trusts, and Special Health Authorities in Wales including the organisations below and their successors;

-Aneurin Bevan University Health Board

-Betsi Cadwaldr University Health Board

-Cardiff and Vale University Health Board

-Cwm Taf Morgannwg University Health Board

-Hywel Dda University Health Board

-Powys Teaching Health Board

-Public Health Wales NHS Trust

-Velindre University NHS Trust

-Heath Education and Improvement Wales

-Digital Health and Care Wales

Contracting authority location restrictions

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

As found within the tender documents.

Technical ability conditions of participation

As found within the tender documents.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

20 March 2025, 11:59pm

Tender submission deadline

25 March 2025, 2:00pm

Submission address and any special instructions

All tenders must be submitted via https://etenderwales.bravosolution.co.uk/home.html

Tenders may be submitted electronically

Yes

Languages that may be used for submission

  • Welsh
  • English

Award decision date (estimated)

4 April 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Compliant Bid

PASS/FAIL

Quality
Conditions of Particiaption

PASS/FAIL

Quality
Technical Evaluation

PASS/FAIL

Quality
Commercial

100%

Price

Weighting description

Bidders responses will be evaluated in line with the criteria set out in the notice and in more detail within the Tender Documents found within eTenderWales at https://etenderwales.bravosolution.co.uk/home.html.


Other information

Payment terms

Payment terms are 30 days, all invoices must be submitted electronically and in line with NHS Wales' e-Trading Specification.

Description of risks to contract performance

The risk of endemic, epidemic, or pandemic infections materiliasing could increase the requirement of wearing Type IIR Masks in Health settings and increase requirements under the Framework Agreement.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

No preliminary market engagement had been undertaken by the authority, and due to the introduction of new procurement legislation the preliminary market engagement notice only became available on the same week this notice is being published.


Contracting authority

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

  • NHS Organisation Data Service: RQF

2nd Floor, Woodland House, Maes-y-Coed Road

Cardiff

CF14 4HH

United Kingdom

Region: UKL22 - Cardiff and Vale of Glamorgan

Organisation type: Public authority - central government

Devolved regulations that apply: Wales