Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership
Cardiff and Vale University Local Health Board, Woodlands House, Maes-Y-Coed Road
Cardiff
CF14 4HH
UK
Contact person: Emma Lane
Telephone: +44 02921836450
E-mail: emma.lane@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:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
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
Artificial Intelligence (AI) Stroke Imaging System
Reference number: CAV-OJEU-PROJECT46495
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust are acting on behalf of Cardiff and Vale University Local Health Board who are seeking to establish a contract for Artificial Intelligence (AI) Stroke Imaging System for NHS Wales.
II.1.5) Estimated total value
Value excluding VAT:
450 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72222300
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The Health Board are leading on a Procurement for Artificial Intelligence (AI) Stroke Imaging for NHS Wales.
In the UK, most stroke patients present to Primary Stroke Centres (PSC) where intravenous thrombolysis can be delivered, provided patients are identified and the physicians are able to administer therapy. However, there can be a lack of specialist neuroradiology or clinical expertise to aid physicians in the interpretation of acute stroke scans and the time-critical management decisions of these patients. There is a need to support physicians to make decisions about both intravenous thrombolysis and mechanical thrombectomy. Effective determination of stroke diagnosis can be challenging clinically, but positive identification of ischemia on imaging is associated with improved treatment decisions and patient flow.
At PSCs imaging is frequently limited to non-contrast CT scanning alone, or at most with the addition of CT angiography (CTA), and without ready access to MRI or CTP, further challenging appropriate patient selection. A key challenge for the NHS healthcare system is to identify patients who will benefit from thrombectomy without transferring excessive numbers of unsuitable patients to the CSC, consuming unnecessary and costly clinical resources, and overwhelming the capacity of these specialist services.
Once patients at PSCs are screened for transfer to a CSC, both imaging and clinical information then needs to be transferred to the CSC at the time that a referral takes place to make the final decision. While clinical data can usually be communicated by telephone, imaging data necessarily requires a computer-based solution.
Therefore, the Health Board is seeking a purchase of an AI stroke imaging system with support services over a three to five year period.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract will have an option to extend for up two years at the sole discretion of the Health Board which is included in the months duration stated within this notice.
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.1.8) 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:
11/03/2021
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
11/03/2021
Local time: 14:00
Place:
Electronically via Bravo Solutions etenderwales system
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
Please note additional information on this procurement:
1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
2. 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.
3. The Contracting Authority will not accept completed ITT's after the stated closing date.
4. All documents to be priced (where applicable) in sterling and all payments made in sterling.
5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale University Local Health Board.
7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_85862 for all tender documentation.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=108096
(WA Ref:108096)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NHS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board will allow 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. Should additional information be required it should be requested of the addressee in section I.1. 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 2015.
VI.5) Date of dispatch of this notice
09/02/2021