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 Business Park
St. Asaph
LL17 0JL
NWSSP.ProcurementCatalogueWomensHea@wales.NHS.uk
Telephone
+44 1745366700
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://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://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://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-48593 WOMEN AND CHILD HEALTH CONSUMABLES FRAMEWORK AGREEMENT
Reference number
CLI-OJEU-48593
two.1.2) Main CPV code
- 33641200 - Other gynaecologicals
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Wales Shared Services Partnership Procurement Services (NWSSP ProcServ), hosted by Velindre NHS Trust, invites tenders on behalf of all NHS Bodies in Wales to appoint suitably qualified Suppliers of Women and Child Health Consumables, to include, but not to be limited to: General Gynaecological items (e.g. sounds, dilators, single use pessaries), General Obstetric items (eg. Breast Pumps, Nipple Shields, colustrum containers), Vaginal Specula, Re-Usable Vaginal Pessaries, SCBU Items (e.g.soothers, mattresses) and Sanitary Products to an all Wales Framework Agreement. The duration of this Framework Agreement will be three years, with the option to extend for a further 12 months.
two.1.5) Estimated total value
Value excluding VAT: £2,336,214
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
General Gynaecological Items
Lot No
1
two.2.2) Additional CPV code(s)
- 33641200 - Other gynaecologicals
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
General Gynaecological items, to include but not be limited to: single use ring pessary, single use shelf pessary, uterine sound, uterine dilator, combined uterine sound -dilator, retractor, curette, uterine manipulator, OS finder, endometrial sampler, Bartholin catheter, thread retriever.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
General Obstetric Items
Lot No
2
two.2.2) Additional CPV code(s)
- 85121210 - Gyneacologic or obstetric services
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
General Obstetric items, to include but not be limited to: Amniotic hook, umbilical cord clamp, cord clamp cutter, birthing pool and accessories, breast pump and accessories, colostrum collector/container, nipple shields.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Vaginal Specula
Lot No
3
two.2.2) Additional CPV code(s)
- 33641200 - Other gynaecologicals
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Vaginal Specula, to include but not be limited to: re-usable Cusco type speculum, re-usable Sims speculum, single use Sims speculum, supporting wall speculum, single use cusco type vaginal speculum (with and without lock), single use speculum with smoke extraction, single use speculum with illumination, single use steel cusco speculum, combined supporting wall speculum with smoke extraction.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Re-usable (same patient), malleable vaginal pessaries (range of types)
Lot No
4
two.2.2) Additional CPV code(s)
- 33641200 - Other gynaecologicals
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Re-usable (same patient), malleable vaginal pessaries, range of types to include, but not be limited to the following pessary types: shelf, donut, ring, cube, gelhorn, dish, cup, hodge, marland, shaatz, oval, ring with knob.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
SCBU (Special Care Baby Unit) items
Lot No
5
two.2.2) Additional CPV code(s)
- 33750000 - Baby care products
- 33711770 - Infant soother, pacifier and dummy
- 33100000 - Medical equipments
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
General SCBU Items, to include but not be limited to: soothers, teats, bottles, mattresses, cup feeder, Urine Specimen Bag (newborn/paediatric/premature urine specimen bag only).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Sanitary Products
Lot No
6
two.2.2) Additional CPV code(s)
- 33771100 - Sanitary towels or tampons
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Provision of sanitary products, to include but not be limited to: sanitary towels and tampons
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
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
As stated in the ITT Document.
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.2.2) Contract performance conditions
As stated in the 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
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 250-118735
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2025
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
Please refer to the ITT
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=121116
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please refer to ITT Documents
(WA Ref:121116)
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