Contract notice
Section I: Contracting
authority
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: Charlie Webber
Telephone: +44 2921501500
E-mail: Charlie.Webber@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
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
EQA Material
Reference number: CAV-OJEU-58465
II.1.2) Main CPV code
33696500
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Health Board seek to establish a contract for the supply of EQA Material for Weqas.
Weqas is a National External Quality Assessment provider which monitors the analytical performance of diagnostic laboratories in the UK, Ireland and overseas. Weqas is one of the leading External Quality Assessment (EQA) providers with over 50 years experience in Quality Assurance, providing solutions in Laboratory Medicine.
Weqas is accredited to ISO 17043: Conformity Assessment - General Requirements for Proficiency Testing (4301). The Reference Laboratory is accredited to standard ISO 15195 Laboratory Medicine - Requirements for Reference Measurement Laboratories and ISO 17025-General requirements for the competence of testing and calibration laboratories. Weqas is a semi autonomous, non profit making organisation hosted by Cardiff and Vale uHB (legal entity). Weqas is its own independent Clinical Board within Cardiff and Vale uHB.
This contract is for Weqas who require External Quality Assessment [EQA] Material for undertaking global quality assessment programmes for Blood Gas, Co-oximetry, pO2 accuracy, Blood Gas with Haematocrit ,PoCT Hb and Hb variants.
Weqas has a manufacturing facility which manufactures EQA and IQC (Internal Quality Control) material, and therefore, manufactures the majority of products in house, however, some specialized products need to be sourced from a third party supplier.
The product specification will detail the material required to be supplied from this external source for Quality Assurance testing.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 6 lots
Maximum number of lots that may be awarded to one tenderer: 6
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1
II.2.2) Additional CPV code(s)
33696500
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
EQA Material for Blood Gas
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 65
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
two years in annual increments and board's discretion
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
Lot 2
II.2.2) Additional CPV code(s)
33696500
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
EQA material for assessing accuracy of pO2
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 65
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Lot 3
II.2.2) Additional CPV code(s)
33696500
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
EQA material for Blood Gas with Haematocrit
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 65
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
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
Lot 4
II.2.2) Additional CPV code(s)
33696500
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
material for Hb Variants
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 65
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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: 5
II.2.1) Title
Lot 5
II.2.2) Additional CPV code(s)
33696500
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
material for Co-oximetry
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 65
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
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: 6
II.2.1) Title
Lot 6
II.2.2) Additional CPV code(s)
33696500
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
material for POCT Hb
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 65
Price
/ Weighting:
35
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.6) Information about electronic auction
An electronic auction will be used
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:
31/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
31/03/2025
Local time: 12:00
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
Bidders should note that they will be required to enter into terms and conditions of contract as set out in the tender documents and that save for matters of clarification or consistency, the contracting authority will not negotiate the terms. The Contracting Authority is proposing to use the Open Procedure to conduct this procurement.
Velindre University NHS Trust will award the contract as hosts of NHS Wales Shared Services Partnership - Procurement Services. For the avoidance of doubt, Cardiff and Vale University Local Health Board will be entering into the contract with the appointed provider.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders. The contracting authority reserves the right to award the Contract in whole or in part. The contracting authority reserves the right to pause, halt and/or annul the tendering process and not to award the Contract.
The Contract to which this procurement relates are funded via Welsh Government funding. Please refer to the invitation to tender for rights reserved to the contracting authority should the said funding cease or reduce.
Delivery of the requirement under the proposed Contract is on 1st July 2024.
To complete your formal proposal, please access the ITT via the Bravo eTender Wales portal where you will find a full suite of tender documentation.
1. Register your company on the eSourcing portal (this is only required once)
- Browse the eSourcing portal: https://etenderwales.bravosolution.co.uk/ and click the link to register
- Accept the Ts and Cs and click 'continue'
- Enter your correct business/user details
2. Express and interest in the tender
- Log into the portal with the username/password
- Click the 'ITT Open to all suppliers' link
- Click on ITT_115527
- Click the 'express interest' button at the top of the page
- This will move the ITT into your 'my ITT's page (this is a secure area reserved for your projects only)
- You can now access any attachments by clicking 'buyer attachments' in the 'ITT details' box
3. Responding to the tender
- Click 'my response' under 'ITT details' and you can choose to 'create response' or to 'decline to respond' (please give a reason if declining)
- You can now use the 'messages' function to communicate with the buyer and seek any clarification
- Note the deadline for completion and then follow the on screen instructions to complete the tender response.
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=140763
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=147915
(WA Ref:147915)
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
21/02/2025