Tender

CLI-OJEU-51794 Provision of Donor Cards to Welsh Blood Service

  • NHS Wales Shared Services Partnership

F02: Contract notice

Notice identifier: 2022/S 000-035049

Procurement identifier (OCID): ocds-h6vhtk-038c96

Published 12 December 2022, 11:49am



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership

Alder House, Alder Court, St Asaph Business Park

St. Asaph

LL17 0JL

Contact

Joanne Liddle

Email

Joanne.liddle@wales.nhs.uk

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

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-51794 Provision of Donor Cards to Welsh Blood Service

Reference number

CLI-OJEU-51794

two.1.2) Main CPV code

  • 22000000 - Printed matter and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Wales Shared Services Partnership - Procurement Services, hosted by Velindre University NHS Trust, is seeking to award a contract for the supply, production and distribution of the Welsh Blood Service Donor Card by inviting suitably qualified Bidders to tender.

This is a contract renewal.

two.1.5) Estimated total value

Value excluding VAT: £210,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 22450000 - Security-type printed matter
  • 22458000 - Bespoke printed matter
  • 22900000 - Miscellaneous printed matter

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The Welsh Blood Service (a division of Velindre University NHS Trust) is commissioned by Welsh Government to provide blood components to hospitals across Wales.

This includes the collection of whole blood from community based teams throughout Wales, from a mixture of community based venues and blood-mobile clinics. These clinics are held in the heart of small communities, co-ordinated from commercial company venues or set up in popular retail park areas. In addition, the WBS provides donors with the opportunity to donate platelets via automated apheresis technology from its clinic at Talbot Green.

In recognition of their support and contribution to saving lives in Wales, whole blood and platelet donors receive Blood Donor Cards at specifi milestones in their donation careers:

- 1 – 4 Donations Blue & Red Card

- 5 – 9 Donations Orange & Red Card

- 10 – 24 Donations Bronze & Red Card

- 25 – 49 Donations Silver & Red Card

- 50 – 74 Donations Gold & Red Card

- 75 – 99 Donations Gold Card

- 100+ Donations Platinum Card

The current demand for whole blood and platelet cards is c25,500 cards per annnum and for Antibody cards c250 per annum. This figure is not guaranteed and may be subject to increase or decrease.

Key fob cards were introduced in the last contract due to their popularity and is required in this new contract.

The requirement is for a suitably qualified contractor to manage the supply, production and distribution of the Welsh Blood Service Donor Card. This includes all supporting literature and packaging of cards and distributing either directly to Donors or to addresses specified by the WBS.

Branding & design of cards is out of scope of this contract.

Further information and full specification can be found within the ITT document located at www.etenderwales.bravosolution.co.uk

two.2.5) Award criteria

Quality criterion - Name: Technical/Quality / Weighting: 50

Price - Weighting: 50

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Contract will be for initial term of 3 years with option to extender for a further 2 years either in full or in 12 month increments

two.2.10) Information about variants

Variants will be accepted: Yes

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

Please refer to the ITT

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

Please refer to the ITT documents


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

Date

18 January 2023

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

four.2.7) Conditions for opening of tenders

Date

18 January 2023

Local time

12:30pm


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

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=127382

(WA Ref:127382)

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