Tender

Nurses and other Healthcare Professionals Uniform

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

F02: Contract notice

Notice identifier: 2022/S 000-030441

Procurement identifier (OCID): ocds-h6vhtk-037d07

Published 28 October 2022, 8:43am



Section one: Contracting authority

one.1) Name and addresses

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

Fourth Floor, Companies House, Crown Way

Cardiff

CF14 3UB

Contact

N/A

Email

kayleigh.zammit@wales.nhs.uk

Telephone

+44 2920903868

Country

United Kingdom

NUTS code

UKL - Wales

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/nhs/

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/nhs/

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

Nurses and other Healthcare Professionals Uniform

Reference number

NMD-OJEU-47609

two.1.2) Main CPV code

  • 18100000 - Occupational clothing, special workwear and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

The manufacture and provision of Nurses and other Healthcare Professionals uniforms for Authorities delivering Healthcare in Wales. The procurement of a national uniform has been adopted to promote a coherent corporate image, making it easier for patients and members of the public to identify NHS Wales staff.

two.1.5) Estimated total value

Value excluding VAT: £8,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

All primary and secondary care sites across NHS Wales Health Boards and Trusts.

two.2.4) Description of the procurement

NWSSP-Procurement Services is seeking a single supplier to manufacture and supply uniform garments in various sizes and colours to NHS Wales.

The standard product range includes:

- Scrub Tops

- Tunics

- Trousers

Special Garments on a made to order basis include:

- Maternity Tunics and Trousers

- Menopausal Uniform (100% cotton lightweight)

- Zip Front Tunics

By the powers and duties contained in the NHS (Wales) Act 2006, the Well-being of Future Generations (Wales) Act 2015 and the Social Services and Well-being (Wales) Act 2014 the following Framework Agreement may be accessed by the public sector bodies listed below to the extent that they are engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible:

All Local Authorities providing Health and Social Care

Welsh Local Government Association (WLGA)

Any Universities or Higher Education providers, who have been commissioned by NHS Wales to deliver clinical training courses.

For the purpose of clarity, the values noted in this notice relate only to NHS Wales Health Board and Trust expenditure and any additional Call Off from this framework would be subject to the limitations of the Public Contract Regulations 2015 (as amended).

For the purpose of clarity, Lot 1 will be split in to two baskets of goods referenced as Lot 1.1 and 1.2. Bidders will be required to bid for both baskets of goods.

The supply chain associated to Lot 1.1 will be at the bidder’s discretion. However, Lot 1.2 will require bidders to appoint a Social Enterprise, which complies with Reg 20 of the Public Contract Regulations 2015 and which maximises social value delivery as defined in the tender documentation.

two.2.5) Award criteria

Quality criterion - Name: Environmental Sustainability / Weighting: 5

Quality criterion - Name: Ethical Sustainability / Weighting: 5

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Priority Supplier Programme / Weighting: 1.6

Cost criterion - Name: Fixed Price / Weighting: 5

Cost criterion - Name: Price / Weighting: 73.4

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Proposed contract period shall be a total of 7 years (4 + 3 Years)

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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The framework length in excess of four years is to enable consistency of product within NHS Wales. Furthermore the approach enable usage certainty with benefits for all parties.

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

28 November 2022

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

four.2.7) Conditions for opening of tenders

Date

28 November 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: A Prior Information Notice (PIN) will be published once the re-procurement process commences.

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=120391

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:

The Well Being of Future Generations Act goals including:

- A Healthier Wales

- A More Equal Wales

- A Prosperous Wales

- A Resilient Wales

- A Wales of Cohesive Communities

- A Wales of vibrant shared culture and thriving Welsh Language

- A Globally Responsible Wales

For the purpose of clarity Community Benefits and Social Value can be considered synonymously.

(WA Ref:120391)

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