web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Cardiff: Nurses and other Healthcare Professionals Uniform

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-030441/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: NHS Wales Shared Services Partnership (as hosted by Velindre University NHS Trust)
Postal address: Fourth Floor, Companies House, Crown Way
Town: Cardiff
Postal code: CF14 3UB
Country: United Kingdom
Contact Person: N/A
Telephone: +44 2920903868
Email: kayleigh.zammit@wales.nhs.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: Nurses and other Healthcare Professionals Uniform

Reference number: NMD-OJEU-47609
II.1.2) Main CPV code: 18100000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The manufacture and provision of Nurses and other Healthcare Professionals uniforms for Authorities delivering Healthcare in Wales. The procurement of a national uniform has been adopted to promote a coherent corporate image, making it easier for patients and members of the public to identify NHS Wales staff.
II.1.5) Estimated total value:
Value excluding VAT: 8500000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
18100000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
All primary and secondary care sites across NHS Wales Health Boards and Trusts.

II.2.4) Description of the procurement:
NWSSP-Procurement Services is seeking a single supplier to manufacture and supply uniform garments in various sizes and colours to NHS Wales.
The standard product range includes:
– Scrub Tops
– Tunics
– Trousers
Special Garments on a made to order basis include:
– Maternity Tunics and Trousers
– Menopausal Uniform (100% cotton lightweight)
– Zip Front Tunics
By the powers and duties contained in the NHS (Wales) Act 2006, the Well-being of Future Generations (Wales) Act 2015 and the Social Services and Well-being (Wales) Act 2014 the following Framework Agreement may be accessed by the public sector bodies listed below to the extent that they are engaged in the management and/or support of the health, care and/or wellbeing of populations within Wales or for which they are responsible:
All Local Authorities providing Health and Social Care
Welsh Local Government Association (WLGA)
Any Universities or Higher Education providers, who have been commissioned by NHS Wales to deliver clinical training courses.
For the purpose of clarity, the values noted in this notice relate only to NHS Wales Health Board and Trust expenditure and any additional Call Off from this framework would be subject to the limitations of the Public Contract Regulations 2015 (as amended).
For the purpose of clarity, Lot 1 will be split in to two baskets of goods referenced as Lot 1.1 and 1.2. Bidders will be required to bid for both baskets of goods.
The supply chain associated to Lot 1.1 will be at the bidder’s discretion. However, Lot 1.2 will require bidders to appoint a Social Enterprise, which complies with Reg 20 of the Public Contract Regulations 2015 and which maximises social value delivery as defined in the tender documentation.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewalyes Description of renewals:Proposed contract period shall be a total of 7 years (4 + 3 Years)

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

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

Framework agreement with a single operator
In the case of framework agreements,provide justification for any duration exceeding 4 years:

The framework length in excess of four years is to enable consistency of product within NHS Wales. Furthermore the approach enable usage certainty with benefits for all parties.
IV.1.8) Information about the 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: 2022-11-28 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 tender must maintain the tender
Duration in months:20(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2022-11-28 Local time: 12:30

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:A Prior Information Notice (PIN) will be published once the re-procurement process commences.
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
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Well Being of Future Generations Act goals including:
– A Healthier Wales
– A More Equal Wales
– A Prosperous Wales
– A Resilient Wales
– A Wales of Cohesive Communities
– A Wales of vibrant shared culture and thriving Welsh Language
– A Globally Responsible Wales
For the purpose of clarity Community Benefits and Social Value can be considered synonymously.
(WA Ref:120391)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice:2022-10-28