Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Contact person: Bethan Dyke
Telephone: +44 1443848585
E-mail: bethan.dyke@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.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://etenderwales.bravosolution.co.uk
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
Health Improvement Patient Administration System
Reference number: PHW-OJEU-49258
II.1.2) Main CPV code
75100000
II.1.3) Type of contract
Services
II.1.4) Short description
The contract covers the requirement for patient administration systems for two national Health Improvement programmes – the National Exercise Referral Scheme (NERS) and Help Me Quit (NHS-based smoking cessation) – to be developed in line with the vision for NHS digital services.
II.1.5) Estimated total value
Value excluding VAT:
265 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Help Me Quit Patient Administration System
II.2.2) Additional CPV code(s)
75100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Suppliers are to note that a critical success factor for implementing a new patient administration system (or systems) for these programmes will be in enabling health professionals to refer patients on to programmes much more simply and efficiently than is currently possible. A number of new interfaces with existing NHS Wales patient systems such as the Welsh Clinical Commissioning Gateway (WCCG) and Welsh Clinical Portal (WCP), as well as with Welsh demographic services, will be required so that GPs and other health professionals can extract and pull patient clinical data automatically into their referrals.
Providing this improved functionality is a key system benefit and is likely to be critical in encouraging key professional groups (e.g., pharmacists in relation to Help Me Quit) to use a new system, and should greatly improve the speed, volume and quality of referrals into programmes.
In setting out their delivery approach, suppliers will need to engage with Digital Health and Care Wales (NHS Wales IT service) as early as possible in the project
II.2.5) Award criteria
Criteria below:
Quality criterion: Experience
/ Weighting: 20
Quality criterion: Skills & Knowledge
/ Weighting: 20
Quality criterion: Approach & Plan
/ Weighting: 20
Quality criterion: Contract Management
/ Weighting: 15
Quality criterion: Social Value
/ Weighting: 15
Quality criterion: Risk Management
/ Weighting: 5
Quality criterion: Scope
/ Weighting: 5
Quality criterion: Resource Use
/ Weighting: 10
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Optional 36 Month Extension
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
Lot No: 2
II.2.1) Title
National Exercise Referral Scheme Patient Administration System
II.2.2) Additional CPV code(s)
75100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The contract covers the requirement for patient administration systems for two national Health Improvement programmes – the National Exercise Referral Scheme (NERS) and Help Me Quit (NHS-based smoking cessation) – to be developed in line with the vision for NHS digital services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Experience
/ Weighting: 20
Quality criterion: Skills & Knowledge
/ Weighting: 20
Quality criterion: Approach & Plan
/ Weighting: 20
Quality criterion: Contract Management
/ Weighting: 15
Quality criterion: Social Value
/ Weighting: 10
Quality criterion: Resource Use
/ Weighting: 5
Quality criterion: Risk Management
/ Weighting: 5
Quality criterion: Scope
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Optional 36 Month Extension
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
Lot No: 3
II.2.1) Title
Help Me Quit and National Exercise Referral Scheme – Single Patient Administration System
II.2.2) Additional CPV code(s)
75100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The contract covers the requirement for patient administration systems for two national Health Improvement programmes – the National Exercise Referral Scheme (NERS) and Help Me Quit (NHS-based smoking cessation) – to be developed in line with the vision for NHS digital services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Experience
/ Weighting: 20
Quality criterion: Skills & Knowledge
/ Weighting: 20
Quality criterion: Approach & Plan
/ Weighting: 20
Quality criterion: Contract Management
/ Weighting: 15
Quality criterion: Social Value
/ Weighting: 10
Quality criterion: Resource Use
/ Weighting: 5
Quality criterion: Risk Management
/ Weighting: 5
Quality criterion: Scope
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Optional 36 Month Extension
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:
08/02/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
09/02/2022
Local time: 12:00
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
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 Public Health Wales NHS Trust
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=117165
(WA Ref:117165)
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NHS Wales Shared Services Partnership on behalf of Public Health Wales NHS Trust 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
04/01/2022