Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Supply and Maintenance of Stores Handling Equipment

  • First published: 27 September 2024
  • Last modified: 27 September 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-144704
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
27 September 2024
Deadline date:
30 October 2024
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
Yes

Abstract

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. CPV: 42400000, 42400000, 42400000, 42400000, 42400000.

Full notice text

Contract notice

Section I: Contracting authority

I.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

UK

Contact person: Alexandra McHugh

Telephone: +44 1443848585

E-mail: alexandra.mchugh@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:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


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

Supply and Maintenance of Stores Handling Equipment

Reference number: SSP-OJEU-56036

II.1.2) Main CPV code

42400000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 1 040 000.00  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

Denbigh

II.2.2) Additional CPV code(s)

42400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Denbigh

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Cost criterion: Commercial / Weighting: 80

II.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.

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

Bridgend

II.2.2) Additional CPV code(s)

42400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Bridgend

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Cost criterion: Commercial / Weighting: 80

II.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.

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: 3

II.2.1) Title

Picketston

II.2.2) Additional CPV code(s)

42400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Picketston

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Cost criterion: Commercial / Weighting: 80

II.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

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: 4

II.2.1) Title

Newport (NDC)

II.2.2) Additional CPV code(s)

42400000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Newport (NDC)

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 20

Cost criterion: Commercial / Weighting: 80

II.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

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 12

Justification for any framework agreement duration exceeding 4 years: 36 months with the option to extend for two 12 month periods

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 30/10/2024

Local time: 12:00

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

IV.2.7) Conditions for opening of tenders

Date: 30/10/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2028

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

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=144704

(WA Ref:144704)

The buyer considers that this contract is suitable for consortia.

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

27/09/2024

Coding

Commodity categories

ID Title Parent category
42400000 Lifting and handling equipment and parts Industrial machinery

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
alexandra.mchugh@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.