Tender

CLI-OJEU-50910 Provision of Medical Evaluations for the Welsh Bone Marrow Donor Registry (WBMDR)

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

F02: Contract notice

Notice identifier: 2023/S 000-013018

Procurement identifier (OCID): ocds-h6vhtk-03c6e7

Published 5 May 2023, 3:57pm



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

Email

Joanne.liddle@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://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