Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Alder House, Alder Court
St Asaph
LL17 0JL
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://www.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://www.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
CLI-OJEU-50910 Provision of Medical Evaluations for the Welsh Bone Marrow Donor Registry (WBMDR)
Reference number
CLI-OJEU-50910
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
The Welsh Bone Marrow Donor Registry (WBMDR) hosted by Welsh Blood Service (a division of Velindre University NHS Trust) supports stem cell transplantation programs in the UK and globally. NWSSP Procurement Services (hosted by Velindre University NHS Trust) are seeking to appoint the services of suitably qualified healthcare professional/s to undertake medical evaluations of prospective stem cell/lymphocyte donors to assess their suitability to donate.
This will be a ranked Framework Agreement for an initial period of two years with the option to extend for a further one year.
The start date is anticipated as 1st August or 1st September 2023.
two.1.5) Estimated total value
Value excluding VAT: £180,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85140000 - Miscellaneous health services
- 79625000 - Supply services of medical personnel
- 85121200 - Medical specialist services
- 85141000 - Services provided by medical personnel
- 85148000 - Medical analysis services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Wales
two.2.4) Description of the procurement
NWSSP Procurement Services are seeking to appoint suitably qualified healthcare professional or professionals to undertake medical evaluations of prospective stem cell / lymphocyte donors to assess their suitability to donate.
By suitably qualified, we that Bidders must have valid GMC Registration and have sufficient indemnity in place.
Approximately 100 medical evaluations are undertaken by the current provider per annum although this figure is not guaranteed due to the nature of this requirement.
We are seeking to appoint up to 3 providers should they fully meet the Core Requirements which can be found in the Specification within the ITT.
two.2.5) Award criteria
Quality criterion - Name: Core Requirements / Weighting: 30
Quality criterion - Name: Desirable Requirements / Weighting: 20
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
12 month extension option
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
two.2.14) Additional information
Please refer to the ITT documents found at https://etenderwales.bravosolution.co.uk
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please refer to the ITT documents
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Must have valid GMC Registration and indemnity in place
three.2.2) Contract performance conditions
Please refer to ITT documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 several operators
Envisaged maximum number of participants to the framework agreement: 3
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 003-123382
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 June 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=131386
(WA Ref:131386)
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