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

Medical Workforce eSystems

  • First published: 17 January 2023
  • Last modified: 17 January 2023
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

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-128208
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
17 January 2023
Deadline date:
16 February 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Aneurin Bevan University Health Board is looking for solutions that enable more effective management of workforce planning. Such solutions should deliver significant operational and strategic improvements in identifying and managing demand and capacity and drive resourcing to the most cost effective models, particularly in fulfilling staffing gaps in rosters. Solutions will deliver a single end to end process and experience for users at all levels of interest, whether that is through a single provider or through a number of suppliers and systems being implemented to work together seamlessly. CPV: 48330000, 48000000, 48100000, 48180000, 48332000, 48330000.

Full notice text

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

Telephone: +44 1443848585

E-mail: jemma.edwards@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/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


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 Workforce eSystems

Reference number: ABU-OJEU-52141

II.1.2) Main CPV code

48330000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Aneurin Bevan University Health Board is looking for solutions that enable more effective management of workforce planning. Such solutions should deliver significant operational and strategic improvements in identifying and managing demand and capacity and drive resourcing to the most cost effective models, particularly in fulfilling staffing gaps in rosters. Solutions will deliver a single end to end process and experience for users at all levels of interest, whether that is through a single provider or through a number of suppliers and systems being implemented to work together seamlessly.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48000000

48100000

48180000

48332000

48330000

II.2.3) Place of performance

NUTS code:

UKL

UKL16

UKL21


Main site or place of performance:

Multiple sites within the boundaries of Aneurin Bevan University Health Board

II.2.4) Description of the procurement

The Health Board have adopted a lot based approach for the functional requirements that will see each distinct function appraised for both it’s commercial (cost) offerings as well as the ability for each solution to deliver that function. The lots are set out below along with a brief synopsis of what each one means to the Health Board in terms of its function and its relationship with the other lots.

- Lot 1 - Job Planning

Applicable to Consultant and Specialist Doctor Grades, this function will help the Health Board to ensure that all appropriate Medical staff are subject to a current and compliant Job Plan. Each Job Plan will help identify the alignment of their activity to their contractual obligations as set out in the various Contracts for Wales. In turn, this will help workforce planners to identify the staffing capacities available to them for the purpose of rostering at the appropriate grades.

- Lot 2 – eRostering

The eRostering solution will enable demand planning and setting out of Rosters in line with demand needs. Substantive capacity can be mapped in to help identify gaps that exist in rosters due to shortfall in staffing. Adding to this, on a planned premise, will be the recording of planned absence such as leave. The function will also manage a more reactive need around instances of unplanned leave. Solutions will enable staffing co-ordinators to hand off appropriate shifts to Locum and Agency management solutions that are further downstream in the end-to-end process.

- Lot 3 – Locum/Bank management

The Locum Bank function relates only to the management of a bank of registered doctors, locally only to the Health Board. The Locum function does not include Agency resource. The locum bank may have doctors from outside the Health Board registered through internal recruitment and governance process. Gaps in rosters, both planned and unplanned can then be advertised through the Locum Bank solution for appropriate doctors registered on bank. As shifts are filled, the system will inform eRostering. If a shift is not filled, there should be an ability to push that shift on to the third part agency management solutions.

II.2.5) Award criteria

Criteria below:

Quality criterion: Functional Requirements / Weighting: 35

Quality criterion: Non-Functional Requirements / Weighting: 15

Quality criterion: Integration & Interoperability / Weighting: 15

Quality criterion: Wellbeing of Future Generations Act / Weighting: 5

Quality criterion: Foundational Economy / Weighting: 5

Quality criterion: Carbon Footprint / Weighting: 5

Price / Weighting:  20

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

This contract is subject to renewal: Yes

Description of renewals:

The contract will operate for an initial term of 4 years with the option to extend for up to a further 3 years. After which point there will be the requirement to renew the contract should a system be required in the future.

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-027069

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/02/2023

Local time: 12:00

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

EN

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: 16/02/2023

Local time: 13:00

Place:

Electronically

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

6 months prior to contract expiry

VI.3) Additional information

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=128208

(WA Ref:128208)

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.5) Date of dispatch of this notice

17/01/2023

Coding

Commodity categories

ID Title Parent category
48100000 Industry specific software package Software package and information systems
48180000 Medical software package Industry specific software package
48330000 Scheduling and productivity software package Document creation, drawing, imaging, scheduling and productivity software package
48332000 Scheduling software package Scheduling and productivity software package
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1021 Monmouthshire and Newport

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.

Document family

Notice details
Publication date:
17 January 2023
Deadline date:
16 February 2023 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
13 December 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
jemma.edwards@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.