Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership - Procurement Services (hosted by Velindre University NHS Trust)
Procurement Services, Cardiff and Vale University Local Health Board, Woodlands House, 2nd Floor, Maes-Y-Coed Road,
Cardiff
CF14 4HH
UK
Contact person: Emma Lane
Telephone: +44 02921508264
E-mail: emma.lane@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://www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.etenderwales.bravosolution.co.uk
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
All Wales Patient Reported Outcome Measures Solution (PROMS)
Reference number: CAV-OJEU-PROJECT51721
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust are acting on behalf of all Health Boards/Trusts in Wales in seeking to put in place an All Wales Patient Reported Outcome Measures Solution Framework.
PROM measures a patient’s health status or health-treated quality of life at a single point in time and are collected through self-completed questionnaire (proforma) or a set of questionnaires. Each Health Board and Trust are pursuant of delivering a VBHC agenda and this is supported at a national level via the Welsh Value in Health Centre (WViHC).
The national requirement is to deliver a PROMs service in a consistent and standard manner that supports Health Boards and Trusts local requirements, whilst also supporting the Welsh Value in Health Centre national programme agenda. These are described in terms of goals, scenarios and functional requirements underpinned by standards (data, processes, and interoperability).
II.1.5) Estimated total value
Value excluding VAT:
4 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72222300
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Value in healthcare (VBHC) is realised when we achieve the best possible healthcare outcomes for our population with the resources that we have. These outcomes should be comparable with the best in the world, and Prudent Healthcare has already provided a strong foundation for healthcare improvement in Wales. Changes in health are important milestones in the lives of patients and we should use Patient Reported Outcome Measures (PROMs) to measure them.
Each Health Board and Trust are pursuant of delivering a VBHC agenda and this is supported at a national level via the Welsh Value in Health Centre (WViHC). The WViHC agenda for PROMs is to ensure the standard and consistent collection of data across all NHS organisations aligned to the PROMs Standard Operating Model (PSOM). Each Health Board and Trust is at different levels of maturity in their collection and processing of PROMs.
The national requirement is to deliver a PROMs service in a consistent and standard manner that supports Health Boards and Trusts local requirements, whilst also supporting the Welsh Value in Health Centre national programme agenda.
As such, NWSSP - Procurement Services are seeking to award a unranked framework with 5 providers for a period of three years with an option to extend for a year.
For further details please view the specification and tender documents via the e-tenderwales portal.
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: 48
This contract is subject to renewal: No
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
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:
05/12/2022
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
05/12/2022
Local time: 14:00
Place:
electronic system
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
Please note additional information on this procurement:
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 all Health Boards/Trusts in this Procurement.
7. To access the tender documents, please visit the Bravo Solutions etenderwales website under itt_98968
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=126233
(WA Ref:126233)
The buyer considers that this contract is suitable for consortia.
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:
HS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board 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
03/11/2022