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