Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership
Cardiff and Vale University Local Health Board, Procurement Services, Woodlands House, Maes-Y-Coed Road
Cardiff
CF14 4HH
UK
Contact person: Emma Lane
Telephone: +44 02921836450
E-mail: emma.lane@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Haemodialysis and Plasma Pheresis In Centre Equipment and Associated Consumables
Reference number: CAV-OJEU-PROJECT46164
II.1.2) Main CPV code
33181520
II.1.3) Type of contract
Supplies
II.1.4) Short description
The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust are acting on behalf of Cardiff and Vale University Local Health Board who are seeking to to establish a contract for the provision of Haemodialysis and Plasma Pheresis In Centre Equipment and Associated Consumables.
The Nephrology and Transplant Directorate at the University Hospital of Wales (UHW) serves a population of approximately 1.4 million people in South East Wales, providing a complete range of diagnostic and therapeutic services including dialysis and transplantation to adult patients. Our take-on rate for Renal Replacement Therapy (RRT) has recently been approximately 120 patients per million per annum, and approximately 700 patients receive a dialysis therapy at any one time. Our program emphasises the benefits of home therapies, and currently there are approximately 35 patients receiving home haemodialysis with a further 60 on peritoneal therapies.
Outpatient Haemodialysis is delivered through a network of Satellite units across the region, supported by The David Thomas Haemodialysis Unit (DTU) on-site at UHW. DTU has recently been extensively refurbished and has seven stations, providing capacity for up to 28 patients per week. The unit focuses on providing outpatient dialysis for patients with complex needs who require specific care best provided on a Hospital site, and also treats Chronic Haemodialysis patients who may be admitted to UHW with non-renal problems.
Inpatient dialysis is provided to the Directorate’s patients on a 27 bedded Nephrology ward (Ward B5), and on the 20-bedded Cardiff Transplant Unit (CTU) at UHW. Therapies are provided to Chronic Haemodialysis patients, patients with Acute Kidney Injury, and patients in the pre-and post-transplant settings. Plasma exchange is provided where clinically indicated in the management of acute vasculitides, and plasmapheresis may be provided as part of the ABO Incompatible Transplant program as well as in the management of Acute Graft Rejection.
II.1.5) Estimated total value
Value excluding VAT:
3 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Haemodialysis In Centre Equipment and Associated Consumables
II.2.2) Additional CPV code(s)
33181520
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Under this lot, the Health Board is seeking to establish the provision of Haemodialysis In Centre Equipment and Associated Consumables.
This requirement is for the David Thomas Dialysis unit; Ward B5 and Cardiff Transplant Unit University Hospital. The provider must be capable of delivering clinically acceptable standards for the delivery of a wide and extensive range of haemodialysis as well as the support structure to upgrade and replace such equipment within an agreed schedule of delivery.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract will have an option to extend for up two years at the sole discretion of the Health Board which is included in the months duration within this notice.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Plasma Pheresis In Centre Equipment and associated consumables and maintenance support
II.2.2) Additional CPV code(s)
33181500
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Under this lot, the Health Board is seeking to establish a contract for the provision of Plasma Pheresis In Centre Equipment and associated consumables and maintenance support.
This requirement is for a service to treat approximately 2 patients per year with peri transplant anti body removal to enable either ABOi or HLA incompatible transplantation or approx. 12 patient for treatment of anti body mediated rejection.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The contract will have an option to extend for up two years at the sole discretion of the Health Board which is included in the months duration within this notice.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/02/2021
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 190 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
08/02/2021
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Please note additional information on this procurement:
1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the tender and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.
3. The Contracting Authority will not accept completed tenders after the stated closing date.
4. All documents to be priced (where applicable) in sterling and all payments made in sterling.
5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale University Local Health Board.
7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_85384 for all tender documentation.
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=107181
(WA Ref:107181)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NHS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board 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.
VI.5) Date of dispatch of this notice
08/01/2021