Voluntary ex ante transparency notice
Directive 2014/24/EU
Section I: Contracting
entity
I.1) Name and addresses
NHS Wales Shared Services Partnership
Cardiff and Vale University Health Board, 2nd Floor Woodland House, Maes Y Coed Road, Heath
Cardiff
CF14 4HH
UK
Telephone: +44 02921834657
E-mail: sarah.yellen@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
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
Medical Locum Agency Provision
Reference number: CAV-DCO (22-23) 48 CR627
II.1.2) Main CPV code
79600000
II.1.3) Type of contract
Services
II.1.4) Short description
The Cardiff and Vale University Health Board have an urgent requirement to appoint into a specialist recruitment essential for continuation of medical cover.
Risks of not appointing agency medical cover
If we do not make an appointment then the impact to patient care will be:
1. Provision of the essential core medical capacity required to maintain the existing service within mental health setting, including out of hours commitments would be compromised – risks to patients would increase.
2. Sustainable workforce plan for MDT services would be undeliverable without these post being filled – this could lead to unacceptable staff pressures across the service.
3. Without these post- holders we could not continue to modernise services in the context of New Ways of Working.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
181 447.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Risks of not appointing agency medical cover
If we do not make an appointment then the impact to patient care will be:
1. Provision of the essential core medical capacity required to maintain the existing service within mental health setting, including out of hours commitments would be compromised – risks to patients would increase.
It is anticipated that the cover is required for a period of up to 6 months whilst a recruitment process is completed within the Health Board via NHS Jobs.
The purpose of this VEAT is to put some compliance around the interim arrangements of providing cover whilst the formal recruitment process is completed and appointed
2. Sustainable workforce plan for MDT services would be undeliverable without these post being filled – this could lead to unacceptable staff pressures across the service.
3. Without these post- holders we could not continue to modernise services in the context of New Ways of Working.
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
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation:
This award is based on an urgent Clinical need to provide medical cover at very short notice via a recruitment agency that are not on framework. The role is specific to Mental Health medical cover and Medi Team are able to meet the requirements.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract/concession
Contract No: CAV-DCO (22-23) 48 CR627
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
04/08/2022
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Medi Team Recruitment Ltd
2 Milton Keynes Business Centre , Linford Wood
Milton Keynes
MK146GD
UK
Telephone: +44 1908597984
NUTS: UKJ12
The contractor is an SME:
No
V.2.4) Information on value of the concession and main financing terms (excluding VAT)
Total value of the concession/lot:
181 447.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:123733)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Should additional information be required from the addressee in section 1.1 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
04/08/2022