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
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://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
Development and Commissioning of Community Diagnostic Centres
Reference number: CAV-OJEU-PROJECT53639
II.1.2) Main CPV code
85323000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Wales Shared Services Partnership ()NWSSP), hosted by Velindre NHS Trust are acting on behalf of three Health Boards; Aneurin Bevan University Local Health Board (ABUHB), Cardiff and Vale University Local Health Board (C&VUHB) and Cwm Taf Morgannwg University Local Health Board (CTMUHB) to establish a contract for the development and commissioning of Community Diagnostics Centres (CDC).
The commissioning of the Community Diagnostic Centres will expedite a transformational design of planned care Health Services across the South Wales enabling rapid access for patients. The centres must include Radiology but could also include endoscopy, phlebotomy, ophthalmology and other diagnostics for the early diagnoses and the uncoupling of planned and unplanned care.
These centres are expected to deliver diagnostics and some outpatients. The full scope of the scheme is unprecedented here in Wales and will require a successful bidder to describe all potential elements of build, equipment, commissioning and delivery of a full clinical service, including staffing for both clinical and non-clinical elements.
There is a recognition that this also presents an opportunity to incorporate an approach which fosters community health and wellbeing as well as health and digital literacy.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Development and Commissioning of Community Diagnostic Centres
II.2.2) Additional CPV code(s)
85323000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Diagnostic services across South-East Wales are under significant pressure, leading to extended waiting times for patients and impacting on a wide range of clinical pathways and services. In order to provide a sustainable solution to the pressures faced and to deliver further efficiencies through pathway changes, the three Health Boards in the region (Aneurin Bevan University Health Board (AB UHB), Cardiff and Vale University Health Board (CAV UHB) and Cwm Taf Morgannwg University Health Board (CTM UHB)) wish to commission three Community Diagnostic Hubs.
The current service model is unable to meet demand or provide the capacity required to deliver the pathways described above, despite the delivery of non-recurrent activities to reduce waiting lists and as such, this Procurement seeks additional capacity in the form of three Community Diagnostic Hubs (CDHs) initially, with the possibility of nine such CDHs in the long-term.
The 3 Health Boards in SE Wales are therefore looking to a ISP to act as a design partner to implement such CDHs, initial one such CDH and with at least two further CDHs in the medium to long term.
The overall requirement would be expected to provide economies of scale linked to staff resources, training and cross cover; logistics associated with consumables, equipment, maintenance, corporate and management overheads.
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: 84
This contract is subject to renewal: Yes
Description of renewals:
There will be a three year extension option available either in annual tranches or as a three year option. Therefore, the maximum contract duration will be ten years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
The opportunity to expand the CDC in the future would also be desirable, including the possibility of expanding to incorporate additional services for example, endoscopy and other healthcare pathways.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Development and Commissioning of Community Diagnostic Centre for C&V UHB
II.2.2) Additional CPV code(s)
85323000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
Lot 2 will allow for Cardiff and Vale UHB to produce the pathways utilised by the CDH for Wales. It is the intention to award separately and in a shorter timescale to ensure that improvement pathways can be live within 2023/24 financial year. This lot requirement will be explored in the dialogue phases.
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: 84
This contract is subject to renewal: Yes
Description of renewals:
There will be a three year extension option available in annual tranches or utilised as a three year extension. Therefore, the maximum contract duration will be ten years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
II.2.10) Information about variants
Variants will be accepted:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
The opportunity to expand the CDCs in the future would also be desirable, including the possibility of expanding to incorporate additional services for example endoscopy and other healthcare services.
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
As outlined in the tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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:
23/06/2023
Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
23/06/2023
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
Tender must be valid until:
01/04/2024
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 Procurement documents 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 responses 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 three Health Boards - Aneurin Bevan University Health Board (AB UHB), Cardiff and Vale University Health Board (CAV UHB) and Cwm Taf Morgannwg University Health Board (CTM UHB).
7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_103136
8. Bidders should note that this is a competitive dialogue process under the Light Touch Regime.
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=132037
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:
detailed within the Procurement documents which are available from the e-tenderwales portal
(WA Ref:132037)
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:
NHS 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
05/06/2023