Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Wales Shared Services Partnership - Procurement Services (hosted by Velindre University NHS Trust)
Procurement Services, Cardiff and Vale University Local Health Board, Woodlands House, 2nd Floor, Maes-Y-Coed Road,
Cardiff
CF14 4HH
UK
Contact person: Emma Lane
Telephone: +44 02921508264
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.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
All Wales Patient Reported Outcome Measures Solution (PROMS)
Reference number: CAV-OJEU-PROJECT51721
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 all Health Boards/Trusts in Wales who sought to put in place an All Wales Patient Reported Outcome Measures Solution Framework.
PROM measures a patient’s health status or health-treated quality of life at a single point in time and are collected through self-completed questionnaire (proforma) or a set of questionnaires. Each Health Board and Trust are pursuant of delivering a VBHC agenda and this is supported at a national level via the Welsh Value in Health Centre (WViHC).
The national requirement is to deliver a PROMs service in a consistent and standard manner that supports Health Boards and Trusts local requirements, whilst also supporting the Welsh Value in Health Centre national programme agenda. These are described in terms of goals, scenarios and functional requirements underpinned by standards (data, processes, and interoperability).
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
11 875 564.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72222300
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Value in healthcare (VBHC) is realised when we achieve the best possible healthcare outcomes for our population with the resources that we have. These outcomes should be comparable with the best in the world, and Prudent Healthcare has already provided a strong foundation for healthcare improvement in Wales. Changes in health are important milestones in the lives of patients and we should use Patient Reported Outcome Measures (PROMs) to measure them.
Each Health Board and Trust are pursuant of delivering a VBHC agenda and this is supported at a national level via the Welsh Value in Health Centre (WViHC). The WViHC agenda for PROMs is to ensure the standard and consistent collection of data across all NHS organisations aligned to the PROMs Standard Operating Model (PSOM). Each Health Board and Trust is at different levels of maturity in their collection and processing of PROMs.
The national requirement is to deliver a PROMs service in a consistent and standard manner that supports Health Boards and Trusts local requirements, whilst also supporting the Welsh Value in Health Centre national programme agenda.
As such, NWSSP - Procurement Services are seeking to award a unranked framework with 5 providers for a period of three years with an option to extend for a year.
For further details please view the specification and tender documents via the e-tenderwales portal.
II.2.5) Award criteria
Quality criterion: Qualitative
/ Weighting: 70
Cost criterion: Commercial
/ Weighting: 30
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-031093
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
13/10/2023
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Aire Logic Ltd
Aireside House, Aire Street
Leeds
LS14HT
UK
NUTS: UKE4
The contractor is an SME:
No
V.2.3) Name and address of the contractor
My Clinical Outcomes Ltd
5th Floor (744-750), The Salisbury House, London Wall
London
EC2M5QQ
UK
NUTS: UKI
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Promptly Health
Rua do Poente
Trofa
4785509
PT
NUTS: PT11
The contractor is an SME:
No
V.2.3) Name and address of the contractor
THE CLINICIAN LTD
84 NEWTON ROAD
AUCKLAND
1010
NZ
NUTS: NZ
The contractor is an SME:
No
V.2.3) Name and address of the contractor
NEC Software Solutions UK Limited
Suite 101, 1st Floor, iMex Centre, 575-599 Maxted Road
Hemel Hempstead
HP27DX
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 11 875 564.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:136061)
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
02/11/2023