Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

BCU-OJEU-48578 - PROVISION OF LITHOTRIPSY SERVICES

  • First published: 15 October 2021
  • Last modified: 13 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-114936
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
15 October 2021
Deadline date:
12 November 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Betsi Cadwaladr University Health Board (BCUHB) are inviting a proposal from providers to deliver a mobile Lithotripsy service predominately for the treatment of renal stones. To be delivered from the BCUHB hospital sites, Ysbyty Gwynedd (Tuesday 09:00am – 17:00pm every fortnight) and Wrexham Maelor Hospital (Friday 13:00pm – 17:00pm every fortnight). CPV: 85100000, 33125000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Alder House, Alder Court

St. Asaph

LL17 0JL

UK

Contact person: James Parry

Telephone: +44 1745366809

E-mail: james.l.parry@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:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


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

BCU-OJEU-48578 - PROVISION OF LITHOTRIPSY SERVICES

II.1.2) Main CPV code

85100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Betsi Cadwaladr University Health Board (BCUHB) are inviting a proposal from providers to deliver a mobile Lithotripsy service predominately for the treatment of renal stones. To be delivered from the BCUHB hospital sites, Ysbyty Gwynedd (Tuesday 09:00am – 17:00pm every fortnight) and Wrexham Maelor Hospital (Friday 13:00pm – 17:00pm every fortnight).

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

33125000

II.2.3) Place of performance

NUTS code:

UKL13

UKL12


Main site or place of performance:

YSBYTY GWYNEDD AND MAELOR WREXHAM HOSPITAL

II.2.4) Description of the procurement

The Health Board wishes to commission the Provider to supply a full mobile lithotripter service in order to enable the delivery for approximately 120 Urology procedures in the treatment of renal and uretic stones. Services will provided at best value for money and the most effective, fair and sustainable use of finite resources based on current evidence and best practice.

Each patient is seen three times for a procedure and has a follow-up visit after the third visit. This is performed as an outpatient service. This is run as a day service.

The supplier must be prepared to manage the following patient mobility types as part of the service:

-Walking

-Wheelchairs

The Provider staffing is to be as a minimum:

-1 x Technician

-1 x Lorry Driver

The Provider will be expected to submit a clear project plan as part of the tender process which clearly demonstrates how they intend to staff the service and treat the required number of patients before the end of the contract.

It is anticipated that patients will be brought in every 30/45 minutes

It is anticipated that clinics will run as below:

Ysbyty Gwynedd – approximately 8 hours, between 9:00am and 5pm (approximate). The provider’s technician is expected to be there from 08:30am.

5 patients will be booked per half day session (10 for whole day). Patients are booked directly from the Urology Unit at Ysbyty Gwynedd.

Wrexham Maelor Hospital - approximately 4 hours, between 1pm and 5pm (approximate). The provider’s technician is expected to be there from 12:30pm.

5 patients will be booked per clinic. Patients are booked directly from clinics by PABC (patient access booking centre).

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: 12

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 MONTH EXTENSIONS

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

BCUHB expect the provider to have the appropriate registration in line with the service they are delivering:

-Staff from the Provider must provide evidence of compliance with Ionising Radiation Regulations 1999(IRR99) and IRMER 2000.

-The company shall provide the trust with all policies, procedures and records required for the Trust to comply with IRMER 2000 and shall follow those Trust policies and procedures which apply.

-Company local rules in accordance with IRR99 will be available for inspection if required.

-The company will be expected to have a safety procedure in place for protection of patients, staff and visitors. Companies are required to provide evidence, if required, of such procedure plus operating guidelines.

The service provider will deliver care in accordance with the following policies and regulations:

All staff of the Provider involved in service delivery must be appropriately qualified and registered with the relevant Professional bodies

The Provider will be expected to deliver staffing levels which meet the appropriate guidelines for outpatient staffing models and Safer Staffing Principles.

-The National Health Service (General Medical Services Contracts)(Wales) Regulations (2004): http://www.legislation.gov.uk/wsi/2004/478/contents/made

-Social Services and Wellbeing Act

-NICE guidance: https://www.nice.org.uk/guidance

-Relevant Quality and Outcomes Framework standards and guidance – see Appendix 2 and : http://gov.wales/statistics-and-research/general-medical-services-contract/?lang=en

-National Service Frameworks for Wales: http://www.wales.nhs.uk/sites3/home.cfm?orgid=334

-The Health and Care Standards in Wales (2015): http://www.wales.nhs.uk/governance-emanual/health-and-care-standards

-BCUHB Prescribing Matters: http://howis.wales.nhs.uk/sites3/page.cfm?orgid=475&pid=38268

-All relevant BCUHB Policies and Procedures referenced or contained within this specification – see Appendix 8

Welsh Language & Other Communication Requirements

The service should enable everyone who receives or uses the service to do so through the medium of Welsh or English or language of their choice. Translation and interpreting services are available through the operator. The service provider should aim to offer services through the medium of Welsh to those patients who request it.

The provider should ensure that any patient literature provided pertinent to their condition is available in a variety of formats and that an ‘easy read’ version is available on request.

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: 16/11/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 16/11/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=114936

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:

PLEASE SEE INFORMATION FOR BIDDERS DOCUMENT.

(WA Ref:114936)

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

15/10/2021

Coding

Commodity categories

ID Title Parent category
85100000 Health services Health and social work services
33125000 Urology, exploration devices Recording systems and exploration devices

Delivery locations

ID Description
1013 Conwy and Denbighshire
1012 Gwynedd

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
15 October 2021
Deadline date:
12 November 2023 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
13 November 2023
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
james.l.parry@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
13/11/2023 12:34
Notice Cancelled
This notice has been cancelled. The original deadline date of 16/11/2021 is no longer applicable.

CANCELLED - HISTORICAL

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.