Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Alder House, Alder Court
St. Asaph
LL17 0JL
UK
Contact person: James Parry
Telephone: +44 1745366809
E-mail: james.l.parry@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
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 CONSULTANCY TO SUPPORT THE DELIVERY OF TRANSFORMATION WITHIN THE NORTH WALES COMMUNITY DENTAL SERVICE
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
In January 2023 190 members of the North Wales Community Dental Service came together at a Deep Dive event to review current service provision and definition alongside workforce challenges to highlight areas where transformation and change is required to align the service with the direction of WHC (2022) 022.
As a result a plan of around 200 items was identified. Each of these could be classified into one of 7 workstreams Service Definition, IT, Estates and Equipment, Service Delivery and Management, Communication, Education and Training.
A programme of work has been identified with a 6 month and 2-year delivery plan being worked up. Programme commenced in April 23.
We are now looking for support to add additional capacity in the team to deliver projects under these workstreams. Key areas include service definition, standardisation, processes and procedures for referral and discharge of patients.
We will require support for tabletop data analysis, variation analysis, standardisation, discovery, workshops, process mapping, improvement discussion, agreement and implementation of new ways of working.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UKL13
UKL12
II.2.4) Description of the procurement
In January 2023 190 members of the North Wales Community Dental Service came together at a Deep Dive event to review current service provision and definition alongside workforce challenges to highlight areas where transformation and change is required to align the service with the direction of WHC (2022) 022.
As a result a plan of around 200 items was identified. Each of these could be classified into one of 7 workstreams Service Definition, IT, Estates and Equipment, Service Delivery and Management, Communication, Education and Training.
A programme of work has been identified with a 6 month and 2-year delivery plan being worked up. Programme commenced in April 23.
We are now looking for support to add additional capacity in the team to deliver projects under these workstreams. Key areas include service definition, standardisation, processes and procedures for referral and discharge of patients.
We will require support for tabletop data analysis, variation analysis, standardisation, discovery, workshops, process mapping, improvement discussion, agreement and implementation of new ways of working.
We will be working towards a change in mindset and implementing a culture of continuous improvement as part of this programme of transformation.
Progress reporting, liaising with project team, programme lead and exec sponsor will be key to delivery of success.
Specific projects from within the programme of work will be allocated post award of contract.
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: 9
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.1.6) Information about electronic auction
An electronic auction will be used
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:
05/06/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
06/06/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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=131376
(WA Ref:131376)
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
05/05/2023