Tender

CLI-OJEU-44377 ALL WALES CULTURE MEDIA & ASSOCIATED CONSUMABLES

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

F02: Contract notice

Notice identifier: 2021/S 000-013588

Procurement identifier (OCID): ocds-h6vhtk-02bc87

Published 16 June 2021, 11:44am



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

LL170JL

Email

NWSSP.PROCUREMENTCATALOGUEPATHOLOGY@WALES.NHS.UK

Telephone

+44 1745366700

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

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

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-44377 ALL WALES CULTURE MEDIA & ASSOCIATED CONSUMABLES

Reference number

CLI-OJEU-44377

two.1.2) Main CPV code

  • 24931250 - Culture medium

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Wales Shared Services Partnership Procurement Services (NWSSP ProcS), hosted by Velindre NHS Trust, invites tenders on behalf of all NHS Bodies in Wales to appoint suitably qualified suppliers of Culture Media & Associated Consumables to an All Wales Framework Agreement. The duration of this Framework Agreement will be two years with the option to extend for a further two years (maximum four years). This procurement is split into four Lots with the intention to sole award each Lot. Bidders may submit offers for one or all Lots.

Please refer to the ITT documentation found at https://etenderwales.bravosolution.co.uk/web/login.shtml

two.1.5) Estimated total value

Value excluding VAT: £3,826,013.60

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

Antibiotic Sensitivity Testing Products

Lot No

1

two.2.2) Additional CPV code(s)

  • 24931250 - Culture medium

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This lot includes antibiotic sensitivity testing discs, associated plate media, and identification discs.

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

Bottled Media

Lot No

2

two.2.2) Additional CPV code(s)

  • 24931250 - Culture medium

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This lot includes Bottled Media, Agar Slopes, Bagged Media, Waters, and Ancillary Bottled Items.

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

Mycobacterium Solid Media

Lot No

3

two.2.2) Additional CPV code(s)

  • 24931250 - Culture medium

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This lot includes Mycobacterium solid media

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

Plate Media

Lot No

4

two.2.2) Additional CPV code(s)

  • 24931250 - Culture medium

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

This lot includes all required plate media including but not limited to bi-plates, chromogenic plates, and selective plates.

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 document

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: 4

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: 2020/S 195-473162

four.2.2) Time limit for receipt of tenders or requests to participate

Date

30 July 2021

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

30 July 2021

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

The NHS Bodies in existence at the time of this tender are:

Aneurin Bevan University Health Board

Betsi Cadwaladr University Health Board

Cardiff & Vale University Health Board

Cwm Taf Morgannwg University Health Board

Hywel Dda University Health Board

Powys Teaching Health Board

Swansea Bay University Health Board

Velindre NHS Trust

Public Health Wales NHS Trust

Welsh Ambulance Services NHS Trust

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_mainpage.aspx

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=111475

(WA Ref:111475)

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

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

NHS Wales Shared Services Partnership

4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

Telephone

+44 1443848585

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

NHS Wales Shared Services Partnership

4-5 Charnwood Court, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

Telephone

+44 1443848585

Country

United Kingdom