Award

Purchase of Microbiological Safety Cabinets for Public Health Wales

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

F15: Voluntary ex ante transparency notice

Notice identifier: 2022/S 000-036070

Procurement identifier (OCID): ocds-h6vhtk-0392f9

Published 20 December 2022, 3:27pm



Section one: Contracting authority/entity

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

Email

nadine.stokes@wales.nhs.uk

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.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

Purchase of Microbiological Safety Cabinets for Public Health Wales

Reference number

PHW-STA-938

two.1.2) Main CPV code

  • 42122500 - Laboratory pumps and accessories

two.1.3) Type of contract

Supplies

two.1.4) Short description

We intend to remove five current end of life MSCs and associated equipment i.e. ducting and fans currently situated in two Containment Level 3 capable laboratories, and replace with new MSCs and associated equipment suitable for increased service pressures.

There is also a requirement for 6 replacement MSC's

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £162,716

two.2) Description

two.2.2) Additional CPV code(s)

  • 51430000 - Installation services of laboratory equipment

two.2.3) Place of performance

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

University Hospital of Wales, Cardiff, CF14 4XW

two.2.4) Description of the procurement

We intend to remove five current end of life MSCs and associated equipment i.e. ducting and fans currently situated in two Containment Level 3 capable laboratories, and replace with new MSCs and associated equipment suitable for increased service pressures

6x MSC1200 Class I Hardware

6x Base Stand

6x Anti-Blowback Valves

12x Additional Sockets

5x Decontamination of existing Class l

cabinets

5x Disposal of existing Class l cabinets

5x Disposal of HEPA filters

6x Fan, isolator, and Inverter

Ducting

Delivery, Installation & Commissioning

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Previous tenders for cabinet installations in 2021 did not yield any alternative suppliers and Monmouth Scientific remains the only company, to our knowledge, who are capable of a whole project approach. Other companies are able to provide the cabinets only but are not able to complete the other necessary works needed to both safely remove existing cabinets and prepare the rooms for the new cabinets thereby necessitating sub-contracting the remaining elements to other companies which has the potential to cause significant disruption to the process and ultimately service provision.

As such, there are no identified alternative suppliers who can complete all of the following elements as one project:

-Provide MSCs

-Decontaminate existing Class 1 cabinets

-Dispose of existing Class 1 cabinets

-Dispose of HEPA filters

-Install ducting through to roof

-Deliver, install and commission MSCs

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

Contract No

PHW-STA-938

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

20 December 2022

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Monmouth Scientific

Unit 5-6, Kilnside Industrial Estate, East Quay

Bridgwater

TA64DB

Telephone

+44 7852283705

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £162,716


Section six. Complementary information

six.3) Additional information

(WA Ref:127639)

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

NHS Wales Shared Services Partnership on behalf of Public Health Wales NHS Trust will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract.

Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful.

Should additional information be required it should be requested of the addressee in section I.1.

Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015