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
Contact
Owen Rees
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.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
Return Envelopes for Bowel Screening Wales (FIT test) Programme
Reference number
PHW-FTS-51859
two.1.2) Main CPV code
- 30199710 - Printed envelopes
two.1.3) Type of contract
Supplies
two.1.4) Short description
Suppliers are required to price for the supply of envelopes for the current number of participants 600,000 per annum.
The test kits are issued via Royal Mail to participant’s home address for completion.
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: £272,011.92
two.2) Description
two.2.2) Additional CPV code(s)
- 30199710 - Printed envelopes
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Canolfan Sgrinio Coluddyn
Bowel Screening Centre
Unit 6
Greenmeadow
Pontyclun
Llantrisant
CF72 8XT
two.2.4) Description of the procurement
Suppliers are required to price for the supply of envelopes for the current number of participants 600,000 per annum.
The test kits are issued via Royal Mail to participant’s home address for completion.
two.2.5) Award criteria
Quality criterion - Name: Supplier to evidence its Quality Management processes in relation to continuity of supply and quality of end product / Weighting: 15
Quality criterion - Name: Supplier to evidence its Continuity Plan in relation to supply chain management and continuity of supply / Weighting: 15
Quality criterion - Name: Supplier to provide detail of their environmental policy in relation to its supply chain, delivery initiative and carbon foot print reduction / Weighting: 10
Price - Weighting: 60
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: 2022/S 000-032986
Section five. Award of contract
Contract No
PHW-FTS-51859
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 April 2023
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Corporate Document Services Ltd (CDS)
Riverside, 7 Canal Wharf
Leeds
LS115AS
Telephone
+44 01133994142
Country
United Kingdom
NUTS code
- UKE42 - Leeds
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £272,011.92
Section six. Complementary information
six.3) Additional information
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 ITT 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 ITT's 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 Public Health Wales NHS Trust
(WA Ref:130910)
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 on behalf of Public Health Wales NHS Trust 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.