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
Lily Prance
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://etenderwales.bravosolution.co.uk/web/login.shtml
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/web/login.shtml
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
Aroma Cups and Accessories
Reference number
CAV-OJEU-PROJECT_56191
two.1.2) Main CPV code
- 39310000 - Catering equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Cardiff and Vale University Health Board (the Health Board) is seeking proposals from suppliers for the provision of disposable coffee cups to be used across its facilities. The purpose of this tender is to select a supplier who can meet the Health Board's requirements for sustainable, high-quality disposable coffee cups.
Scope:
The selected supplier shall provide disposable coffee cups of various sizes and designs suitable for use in the Health Board's coffee shops and other designated areas. The scope of work includes but is not limited to:
Supplying disposable coffee cups in bulk quantities as per the Health Board's requirements.
Ensuring that the coffee cups meet all relevant health and safety standards.
Providing options for eco-friendly and sustainable coffee cup materials.
Offering customisation options for branding or labeling on the coffee cups if required.
Assisting with the disposal or recycling of used coffee cups in an environmentally responsible manner.
Technical Specification:
The disposable coffee cups must be leak-proof and suitable for both hot and cold beverages.
Cups should be made from sustainable materials such as biodegradable paper or compostable PLA (Polylactic Acid).
Capacity options should range from small (6 oz) to large (16 oz) to accommodate different serving sizes.
Designs should be aesthetically pleasing and consistent with the Health Board's branding guidelines of the outlet Aroma.
Lids compatible with the cups should be provided to prevent spillage and maintain beverage temperature.
Delivery and Distribution:
The supplier should offer timely delivery of the disposable coffee cups to various locations within the Health Board's premises.
Distribution logistics should be efficient to ensure adequate stock levels are maintained at all times.
Quality Assurance:
The supplier must guarantee the quality and integrity of the disposable coffee cups supplied.
Regular quality checks should be conducted to ensure consistency in material, construction, and performance.
Any defects or issues with the coffee cups should be promptly addressed and resolved by the supplier.
Environmental Consideration:
Preference will be given to suppliers who offer environmentally friendly options and demonstrate a commitment to sustainability.
Suppliers should provide information on the environmental impact of their products and any initiatives to reduce carbon footprint.
Evaluation Criteria:
Proposals will be evaluated based on factors such as product quality, sustainability, pricing, delivery capabilities, and supplier reliability.
The Health Board reserves the right to conduct site visits, request samples, or seek clarification on any aspect of the proposals before making a final decision.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39220000 - Kitchen equipment, household and domestic items and catering supplies
- 39222000 - Catering supplies
- 39222100 - Disposable catering supplies
- 39310000 - Catering equipment
- 39311000 - Light catering equipment
- 55500000 - Canteen and catering services
- 55520000 - Catering services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Please note additional information on this procurement:
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 Cardiff and Vale University Local Health Board.
7. Bidders wishing to participate should contract Andrew.Pritchard@wales.nhs.uk & Iliass.dadda@wales.nhs.uk
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
Start date
1 September 2024
End date
31 August 2027
This contract is subject to renewal
Yes
Description of renewals
Two year extension option - 1st September 2027 to 31st August 2029
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 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: 2024/S 000-013041
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 June 2024
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 June 2024
Local time
4:00pm
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
Please note additional information on this procurement:
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 asset 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 Cardiff and Vale University Local Health Board.
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=141638
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:
- Well-being of Future Generations (Wales) Act 2015
- Foundational Economy
- Carbon Reduction
(WA Ref:141638)
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