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

Tender for the Provision of a SACT Compounding and Nursing Service

  • First published: 04 May 2022
  • Last modified: 04 May 2022
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.
Information icon

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-120971
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
04 May 2022
Deadline date:
06 June 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A Parenteral Systemic Anti-cancer Therapy (SACT) service to be provided by a provider on behalf of Velindre Cancer Centre which is part of Velindre University NHS Trust. This service is to increase capacity in order to help meet SACT demand as required. The Medicines@Home Service, as part of the Pharmacy department at Velindre Cancer Centre, will operationally manage the service. The Medicines@Home Service has significant experience in using third party contractors for medicines homecare services including utilising third party nursing, compounders and facilities in order to provide patients with care closer to home. CPV: 79624000, 79624000, 75122000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Velindre University NHS Trust

4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

UK

Contact person: Paul Thomas

Telephone: +44 2920902255

E-mail: paul.thomas4@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


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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

Tender for the Provision of a SACT Compounding and Nursing Service

Reference number: VEL-VCC-FTS-43630

II.1.2) Main CPV code

79624000

 

II.1.3) Type of contract

Services

II.1.4) Short description

A Parenteral Systemic Anti-cancer Therapy (SACT) service to be provided by a provider on behalf of Velindre Cancer Centre which is part of Velindre University NHS Trust. This service is to increase capacity in order to help meet SACT demand as required. The Medicines@Home Service, as part of the Pharmacy department at Velindre Cancer Centre, will operationally manage the service. The Medicines@Home Service has significant experience in using third party contractors for medicines homecare services including utilising third party nursing, compounders and facilities in order to provide patients with care closer to home.

II.1.5) Estimated total value

Value excluding VAT: 7 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79624000

75122000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Site to be agreement in Wales

II.2.4) Description of the procurement

The requirement is for a Parenteral Systemic Anti-cancer Therapy (SACT) service to be provided by a provider on behalf of Velindre Cancer Centre which is part of Velindre University NHS Trust.

The purpose is to provide SACT services on behalf of Velindre Cancer Centre (a division of Velindre University NHS Trust). This includes the nursing, compounding and facility to provide a SACT service.

In recent years there has been a surge of new SACT approved by NICE / AWMSG including immunotherapy to treat solid tumour cancers. This surge is associated with significant increased demand on service resource implications: i.e. medical, nursing and pharmacy staff which is expected to continue to grow as more drugs / indications are NICE approved.

Through a process of risk assessments, some SACT have been identified as having a relatively low risk profile associated with the administration and shorter duration of infusions. Therefore, it is prudent to consider alternative models for their delivery which do not compromise patient experience and allows for treatment closer to home. Additional benefits of utilising a centralised delivery location, as opposed to individual patients’ homes, are focussed on economies of scale and service sustainability i.e. less nursing staff are required to treat the same number of patients.

The aim of this service is to increase capacity in order to help meet SACT demand as required. The Medicines@Home Service, as part of the Pharmacy department at Velindre Cancer Centre, will operationally manage the service. The Medicines@Home Service has significant experience in using third party contractors for medicines homecare services including utilising third party nursing, compounders and facilities in order to provide patients with care closer to home.

II.2.5) Award criteria

Criteria below:

Quality criterion: Registration timescales from receipt of registration form / Weighting: 10%

Quality criterion: Nursing documentation via Velindre Electronic Systems / Weighting: 15%

Quality criterion: Minimum time required by provider between prescription being sent to provider and delivery to facility. / Weighting: 20%

Quality criterion: Wellbeing and Future Generations Act (2015) / Weighting: 5%

Quality criterion: Foundational Economy / Weighting: 5%

Quality criterion: Carbon Footprint / Weighting: 5%

Price / Weighting:  40%

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:

2 x 12 Month extensions available (up to a maximum of 24 months)

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

III.2.2) Contract performance conditions

Must be a member of the National Homecare Committee.

Must have MHRA Whole Sales Dealers Licence.

Facility must be provided.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 06/06/2022

Local time: 12:00

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

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/06/2022

Local time: 12:00

Place:

Via Bravo Etender Wales

Information about authorised persons and opening procedure:

N/A

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

2025 to 2027 dependent on extensions being exercised.

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

See Tender documents

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=120971

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:

Training and recruitment of economically inactive people

Supply chain initiatives and Working with the 3rd Sector

Educational initiatives

(WA Ref:120971)

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

04/05/2022

Coding

Commodity categories

ID Title Parent category
75122000 Administrative healthcare services Administrative services of agencies
79624000 Supply services of nursing personnel Supply services of personnel including temporary staff

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

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.

About the buyer

Main contact:
paul.thomas4@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.