Tender

Paediatric Stability Footwear

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

F02: Contract notice

Notice identifier: 2021/S 000-022752

Procurement identifier (OCID): ocds-h6vhtk-02e04f

Published 14 September 2021, 8:55am



Section one: Contracting authority

one.1) Name and addresses

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

4th Floor Companies House, Crown Way

Cardiff

CF143UZ

Email

Alice.Spark@wales.nhs.uk

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/home.html

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/home.html

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

Paediatric Stability Footwear

two.1.2) Main CPV code

  • 33141740 - Orthopaedic footwear

two.1.3) Type of contract

Supplies

two.1.4) Short description

The forthcoming All Wales contract will be for the provision of paediatric stability footwear.

two.1.5) Estimated total value

Value excluding VAT: £867,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33141740 - Orthopaedic footwear

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The supply of Paediatric Stability Footwear, capable of adaption, which provides support and correction of postural alignment where commercial footwear has proved to be ineffective.

two.2.5) Award criteria

Quality criterion - Name: Priority Supplier Programme / Weighting: 2

Quality criterion - Name: Quality / Weighting: Pass / Fail

Price - Weighting: 98

two.2.6) Estimated value

Value excluding VAT: £867,500

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.1.2) 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


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 a single operator

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

Date

14 October 2021

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 October 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: 48 months

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

1. The contracting authority is not bound to award a contract in whole or in part.

2. The contracting authority will not bear the tender costs of any of the tenderers.

3. Please note NHS Wales Shared Services Partnership - Procurement Services as the contracting authority are tendering on behalf of

Health Boards in Wales including: Aneurin Bevan University Health Board, Swansea Bay 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.

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=114017

(WA Ref:114017)

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