By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply of Cardiology Products, Cardio-thoracic Surgery Products and Interventional Radiology Products.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NHS Wales Shared Services Partnership - Procurement Services
Cardiff and Vale University Local Health Board, Heath Park
For the attention of: Jean Fudge
CF14 4XW Cardiff
UNITED KINGDOM
Telephone: +44 2920746227
E-mail:

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Cardiology Products, Cardio-thoracic Surgery Products and Interventional Radiology Products.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: All NHS Establishments in Wales.

NUTS code UKL

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 150

Duration of the framework agreement

Duration in years: Two years with option to extend for a further two years

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 64 000 000 and 80 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust, operating on behalf of the following organisations:
- Abertawe Bro Morgannwg University Local Health Board;
- Aneurin Bevan Local Health Board;
- Betsi Cadwaladr University Local Health Board;
- Cardiff & Vale University Local Health Board;
- Cwm Taf Local Health Board;
- Hywel Dda Local Health Board;
- Powys Teaching Local Health Board;
- Velindre NHS Trust.
Invites tenders from interested suppliers with a view to awarding a Framework Agreement for the Provision of Cardiology Products, Cardio-thoracic Surgery Products and Interventional Radiology Products.
Community Benefits do not apply to this contract.
II.1.6)Common procurement vocabulary (CPV)

33182300, 33182220, 33123220, 33141326, 33182210, 33141210, 33123000, 85121230, 33184300, 33184500, 33124200, 33140000, 33124210

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This Framework Agreement will require tenderers to supply high quality products as requested by each stakeholder organisation using this agreement. Providers on the framework will be expected to supply the following:
- Heart Rhythm;
- Electrophysiology Products;
- Coils;
- Stents & Balloons;
- General Consumables;
- Cardiac Surgery;
- Perfusion Consumables;
- Radiation Protection;
- Wound Closure.
Tenderers may bit for part or all of the above, but are expected to submit their full product range where possible.
Estimated value excluding VAT: 80 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (a) is bankrupt or is being wound up, whose affairs are being administered by the courts, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the courts or for an arrangement with creditors or is the subject of any other similar proceeding under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
13/1876/EC
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
7.8.2013 - 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
NHS Wales Shared Services Partnership (NWSSP), hosted by Velindre NHS Trust, intends to invite interested suppliers to tender for a place on a new Framework Agreement for Interventional Cardiology Products, Cardio-Thoracic Surgery Products and Interventional Radiology Consumables. The Framework Agreement will be created on behalf of and accessed by the following organisations:
Abertawe Bro Morgannwg University Local Health Board;
Aneurin Bevan Local Health Board;
Betsi Cadwaladr University Local Health Board;
Cardiff & Vale University Local Health Board;
Cwm Taf Local Health Board;
Hywel Dda Local Health Board;
Powys Teaching Local Health Board;
Velindre NHS Trust.
NWSSP is therefore seeking expressions of interest from suppliers that can demonstrate the necessary expertise, experience and capability to be considered for a place on the proposed Framework Agreement and potentially supply products to all NHS organisations in Wales.

In addition to any companies that currently provide Interventional Cardiology Products, Cardio-Thoracic Surgery Products and Interventional Radiology Consumables to any NHS Organisations in Wales, NWSSP would like to encourage new market entrants that have an interest in the above product areas to make contact with us to learn more about the proposed Framework Agreement and the procurement process. To express an interest and receive further information on this exercise, please visit www.etenderwales.bravosolution.co.uk/nhs and search for the All Wales Cardiology & Radiology Project.

Aims of the Procurement Process
NWSSP is seeking to replace all existing purchasing agreements held by the above named NHS Wales organisations through a single process that will result in a less administratively burdensome requirement placed upon industry together with a simple streamlined offering for NHS Wales. The annual spend by the above named NHS Wales organisations is c£20m per annum.
One of the primary aims of the proposed agreement is to establish a framework for participating organisations to access the various types of information that are required in their decision making processes with regards to product selection. The Framework Agreement is therefore aiming to cover all products used within Interventional Cardiology, Cardio-Thoracic Surgery and Interventional Radiology. A sample of the proposed categories for inclusion are:-
Heart Rhythm;
Pacemakers;
Implantable Cardioverter-Defibrillators (ICDs);
Cardiac Rhythm Therapy (CRT) Devices;
Electrophysiology (EP) products;
Coils (detachable and non-detachable);
Coronary and Radiology Stents and Balloons;
Cardiology and Radiology consumables;
Guide wires;
Catheters;
Access products;
Introducer needles;
Wound closure devices;
Cardiac Surgery Products;
Heart Valves (including TAVI);
Annuloplasty repair devices;
Perfusion products;
Intra Aortic Balloon Catheters (IABCs);
Perfusion devices and consumables;
Accessories to support all the above categories.
It is anticipated that the proposed Framework Agreement will run for an initial period of 2 years, with the option to extend the agreement by a further 2 x 12 month periods. The Framework Agreement will be managed by a Central Team within NWSSP that will include the ongoing Oracle catalogue and ordering system maintenance. This, in combination with the close links to Accounts Payable function, will result in a significant decrease in invoice queries and an improvement in the speed of payment to suppliers.
The Contracting Authority intends to use an Etendering System in this procurement exercise:

Suppliers Instructions How to Express Interest in this Tender~: Register your company on the eSourcing portal (this is only required once if your not currently registered) - Browse to the eSourcing Portal: https://etenderwales.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your correct business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password (please keep this secure) Express an Interest in the tender - Login to the portal with the username/password If you require any further assistance please consult the online help, or contact the eTendering help desk.

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.
The Contracting Authority will not accept completed ITT''s after the stated closing date.
All documents to be priced (where applicable) in sterling and all payments made in sterling.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
Buy4Wales Reference Number: 35611
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will allow, on a voluntary basis, 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. 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 2009.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.6.2013