Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.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
UK
Contact person: Lily Prance
E-mail: lily.prance@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.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
Aroma Cups and Accessories
Reference number: CAV-OJEU-PROJECT_56191
II.1.2) Main CPV code
39310000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Cardiff and Vale University Health Board (the Health Board) require the provision of disposable coffee cups to be used across the facilities. The purpose of this tender is to work with the successful supplier to meet the Health Board's requirements for sustainable, high-quality disposable coffee cups.
Scope:
Provide disposable coffee cups of various sizes and designs suitable for use in the Health Board's coffee shops and other designated areas. The scope of work includes but is not limited to:
- Supplying disposable coffee cups in bulk quantities as per the Health Board's requirements.
- Ensuring that the coffee cups meet all relevant health and safety standards.
- Providing options for eco-friendly and sustainable coffee cup materials.
- Offering customisation options for branding or labeling on the coffee cups if required.
- Assisting with the disposal or recycling of used coffee cups in an environmentally responsible manner.
Technical Specification:
The disposable coffee cups must be leak-proof and suitable for both hot and cold beverages.
Cups should be made from sustainable materials such as biodegradable paper or compostable PLA (Polylactic Acid).
Capacity options should range from small (6 oz) to large (16 oz) to accommodate different serving sizes.
Designs should be aesthetically pleasing and consistent with the Health Board's branding guidelines of the outlet Aroma.
Lids compatible with the cups should be provided to prevent spillage and maintain beverage temperature.
Delivery and Distribution:
The supplier should offer timely delivery of the disposable coffee cups to various locations within the Health Board's premises.
Distribution logistics should be efficient to ensure adequate stock levels are maintained at all times.
Quality Assurance:
The supplier must guarantee the quality and integrity of the disposable coffee cups supplied.
Regular quality checks should be conducted to ensure consistency in material, construction, and performance.
Any defects or issues with the coffee cups should be promptly addressed and resolved by the supplier.
Environmental Consideration:
Preference will be given to suppliers who offer environmentally friendly options and demonstrate a commitment to sustainability.
Suppliers provided information on the environmental impact of their products and any initiatives to reduce carbon footprint.
Evaluation Criteria:
Proposals were evaluation based on factors such as product quality, sustainability, pricing, delivery capabilities, and supplier reliability.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
750 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
39220000
39222000
39222100
39310000
39311000
55500000
55520000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Please note additional information on this procurement:
1. The Contracting Authority reserves the right to award the contract in whole, in part or annual 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 ITT 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 ITT's 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.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 40
Quality criterion: Sample
/ Weighting: 10
Cost criterion: Commercial
/ Weighting: 50
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 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:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-016353
Section V: Award of contract
Contract No: CAV-MIN-PROJECT_56189
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/01/2025
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Tri-Star Packaging Supplies Ltd
Unit 4, The Arena
3 Enfield
EN37NL
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 750 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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 asset out in the ITT 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 ITT's 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.
(WA Ref:147788)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
31/01/2025