Voluntary ex ante transparency notice
Directive 2014/24/EU
Section I: Contracting
entity
I.1) Name and addresses
Cwm Taf Morgannwg University Health Board (as hosts of WHSSC)
Unit G1, Main Ave, Treforest Industrial Estate
Pontypridd
CF37 5YL
UK
E-mail: Stuart.Davies5@wales.nhs.uk
NUTS: UKL
Internet address(es)
Main address: http://www.whssc.wales.nhs.uk/home
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
Provision of PET scanning service for SE Wales
II.1.2) Main CPV code
85150000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision of a PET scanning service primarily for patients in SE Wales. Service to be provided from the vicinity of Cardiff.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
24 000 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL2
Main site or place of performance:
Cardiff
II.2.4) Description of the procurement
Provision of a PET Scanning service primarily for patients in SE Wales. Service must be provided from the vicinity of Cardiff. NHS Wales is seeking to commission PET scans only.
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
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation:
The Authority has a well-established service for the provision of PET-CT scans through existing infrastructure within the University Hospital of Wales, Cardiff. The infrastructure includes the co-location of a radioisotope production facility which, given the UK shortage in radiopharmaceutical availability, would impact service delivery significantly if production were disrupted, this would have an adverse impact on patient care because the cyclotron is used to make the radioisotopes that are used for the medical imaging and research. Once the radioisotope is produced, there is a very short period whereby it can be synthesized and injected into the patient requiring the cyclotron to be very close to the PET-CT scanner. The existing PET-CT scanning infrastructure includes patient radioisotope uptake rooms for administering sedation or anaesthetic to patients prior to scanning procedures and recovery facilities which would be complex to replicate - these must be in close proximity to the PET-CT scanner. NHS Wales needs to maintain the requirement to develop new radioisotopes which the existing facility enables, failure to maintain this would have an adverse impact on targeting the pace of new innovative developments. The University of Wales Hospital site critically provides clinical and allied health professional services which are essential to the delivery of the PET-CT service to NHS Wales patients. The technical complications of replicating the existing services and infrastructure would be significantly complex, costly and could impact on patient treatment and safety. In addition, the research aspect of NHS Wales working with the University is a key feature of improving PET-CT services and patient pathways. Clinical demand for PET-CT scanning continues to rise with the commissioning of new clinical indications. Commissioning policy for PET scanning services is reliant upon an evidence based approach, the existing service arrangements ensures this approach is maintained and accelerated in the interests of patient care. The service can only realistically be provided within the immediate vicinity of the patient population it serves. The Contracting Authority considers that it is able to rely upon regulation 32 2 (b) (ii) of the Public Contracts Regulations 2015 (and Article 32 (2)( b) (ii) of Directive 2014/24/EU) “...competition is absent for technical reasons” as the basis for undertaking a negotiated procedure without competition.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract/concession
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
11/02/2021
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
CARDIFF UNIVERSITY
CARDIFF UNIVERSITY, Queen's Buildings The Parade, Newport Road
CARDIFF
CF243AA
UK
NUTS: UKL22
The contractor is an SME:
No
V.2.4) Information on value of the concession and main financing terms (excluding VAT)
Total value of the concession/lot:
24 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=106434.
(WA Ref:106434)
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
11/02/2021