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 House Court, St Asaph Business Park
LL17 0JL
Contact
Alexandra McHugh
Telephone
+44 1443848585
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Supply and Maintenance of Stores Handling Equipment
Reference number
SSP-OJEU-56036
two.1.2) Main CPV code
- 42400000 - Lifting and handling equipment and parts
two.1.3) Type of contract
Supplies
two.1.4) Short description
NHS Wales Shared Services Partnership – Procurement Services on behalf of Health Courier Services and Supply Chain are looking to engage the market to establish a framework agreement consisting up to twelve well-equipped suppliers, a maximum of three suppliers per lot, to provide Stores Handling Equipment for four regional Supply Chain Warehouses across Wales. This framework will encompass not only the supply of the equipment but also associated training and maintenance services for the Denbigh, Bridgend, Picketston, and Newport (NDC) Regional Warehouses.
The framework will involve a combination of lease/rental and maintenance-only arrangements. The specification includes the current inventory of equipment, both leased and owned. However, Supply Chain cannot guarantee a minimum or maximum number of call-offs under this contract.
The contract will be divided into four (4) geographical lots, each corresponding to a regional warehouse: Denbigh, Bridgend, Picketston, and Newport (NDC).
Lot 1 – Denbigh
Lot 2 – Bridgend
Lot 3 – Picketston
Lot 4 – Newport (NDC)
This division aims to enhance the Trust's flexibility and operational efficiency in managing the supply and maintenance of Stores Handling Equipment across these regions.
It is not a requirement to bid against all Lots, please only bid against the lots you wish to be considered for.
Regardless of the lots that you bid for, only one technical response will be required.
A maximum of three (3) suppliers will be awarded per lot. Upon award, the suppliers will be ranked from one (1) to three (3) based on their technical and commercial response. The awarding process will follow a sequential approach, with the first-ranked supplier in each lot being the primary choice. If the first-ranked supplier is unavailable or unable to fulfill the requirements, the award will then cascade down to the second-ranked supplier and so forth, ensuring a systematic selection process. This tiered ranking system allows the Trust to secure services from the preferred supplier while providing a contingency plan in case the top-ranked option is not available, thereby ensuring a streamlined and adaptable procurement process.
two.1.5) Estimated total value
Value excluding VAT: £1,040,000
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
Denbigh
Lot No
1
two.2.2) Additional CPV code(s)
- 42400000 - Lifting and handling equipment and parts
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Denbigh
two.2.4) Description of the procurement
NHS Wales Shared Services Partnership – Procurement Services on behalf of Health Courier Services and Supply Chain are looking to engage the market to establish a framework agreement consisting up to twelve well-equipped suppliers, a maximum of three suppliers per lot, to provide Stores Handling Equipment for four regional Supply Chain Warehouses across Wales. This framework will encompass not only the supply of the equipment but also associated training and maintenance services for the Denbigh, Bridgend, Picketston, and Newport (NDC) Regional Warehouses.
The framework will involve a combination of lease/rental and maintenance-only arrangements. The specification includes the current inventory of equipment, both leased and owned. However, Supply Chain cannot guarantee a minimum or maximum number of call-offs under this contract.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Cost criterion - Name: Commercial / Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
36 month contract with two optional 12 month extensions.
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
Bridgend
Lot No
2
two.2.2) Additional CPV code(s)
- 42400000 - Lifting and handling equipment and parts
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Bridgend
two.2.4) Description of the procurement
NHS Wales Shared Services Partnership – Procurement Services on behalf of Health Courier Services and Supply Chain are looking to engage the market to establish a framework agreement consisting up to twelve well-equipped suppliers, a maximum of three suppliers per lot, to provide Stores Handling Equipment for four regional Supply Chain Warehouses across Wales. This framework will encompass not only the supply of the equipment but also associated training and maintenance services for the Denbigh, Bridgend, Picketston, and Newport (NDC) Regional Warehouses.
The framework will involve a combination of lease/rental and maintenance-only arrangements. The specification includes the current inventory of equipment, both leased and owned. However, Supply Chain cannot guarantee a minimum or maximum number of call-offs under this contract.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Cost criterion - Name: Commercial / Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
36 month contract with two optional 12 month extensions.
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
Picketston
Lot No
3
two.2.2) Additional CPV code(s)
- 42400000 - Lifting and handling equipment and parts
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Picketston
two.2.4) Description of the procurement
NHS Wales Shared Services Partnership – Procurement Services on behalf of Health Courier Services and Supply Chain are looking to engage the market to establish a framework agreement consisting up to twelve well-equipped suppliers, a maximum of three suppliers per lot, to provide Stores Handling Equipment for four regional Supply Chain Warehouses across Wales. This framework will encompass not only the supply of the equipment but also associated training and maintenance services for the Denbigh, Bridgend, Picketston, and Newport (NDC) Regional Warehouses.
The framework will involve a combination of lease/rental and maintenance-only arrangements. The specification includes the current inventory of equipment, both leased and owned. However, Supply Chain cannot guarantee a minimum or maximum number of call-offs under this contract.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Cost criterion - Name: Commercial / Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
36 month contract with two optional 12 month extensions
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
Newport (NDC)
Lot No
4
two.2.2) Additional CPV code(s)
- 42400000 - Lifting and handling equipment and parts
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Newport (NDC)
two.2.4) Description of the procurement
NHS Wales Shared Services Partnership – Procurement Services on behalf of Health Courier Services and Supply Chain are looking to engage the market to establish a framework agreement consisting up to twelve well-equipped suppliers, a maximum of three suppliers per lot, to provide Stores Handling Equipment for four regional Supply Chain Warehouses across Wales. This framework will encompass not only the supply of the equipment but also associated training and maintenance services for the Denbigh, Bridgend, Picketston, and Newport (NDC) Regional Warehouses.
The framework will involve a combination of lease/rental and maintenance-only arrangements. The specification includes the current inventory of equipment, both leased and owned. However, Supply Chain cannot guarantee a minimum or maximum number of call-offs under this contract.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Cost criterion - Name: Commercial / Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
36 month contract with two optional 12 month extensions
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 several operators
Envisaged maximum number of participants to the framework agreement: 12
In the case of framework agreements, provide justification for any duration exceeding 4 years:
36 months with the option to extend for two 12 month periods
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
30 October 2024
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 October 2024
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: 2028
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=144704
(WA Ref:144704)
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