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
Contact person: Karina Brock
E-mail: karina.brockr@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.1) Name and addresses
Aneurin Bevan University Health Board
Pontypool
UK
Contact person: Alex Curley
E-mail: alex.curley@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.1) Name and addresses
Betsi Cadwaladr University Health Board
St Aspah
UK
Contact person: Simon Whitehead
E-mail: simon.whitehead@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.1) Name and addresses
Cardiff and Vale University Health Board
Cardiff
UK
Contact person: Claire Salisbury
E-mail: claire.salisbury@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.1) Name and addresses
Hywel Dda University Health Board
Camarthen
UK
Contact person: Gemma Deverill
E-mail: Gemma.deverill@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.1) Name and addresses
Powys Teaching Health Board
St Aspah
UK
Contact person: Simon Whitehead
E-mail: simon.whitehead@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.1) Name and addresses
Swansea Bay University Health Board
Port Talbot
UK
Contact person: Keir Warner
E-mail: Keir.warner@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.1) Name and addresses
Welsh Health Specialised Services Committee (WHSSC)
Caerphilly
UK
Contact person: Esther Price
E-mail: Esther.Price2@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.1) Name and addresses
Velindre University NHS Trust
Cardiff
UK
Contact person: Helen James
E-mail: Helen.c.James@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.1) Name and addresses
Cwm Taf Morgannwg University Health Board
Merthyr Tydfil
UK
Contact person: Esther Price
E-mail: Esther.Price2@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwssp.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.2) Joint procurement
The contract involves joint procurement
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
Framework Agreement for the Provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostic Procedures
II.1.2) Main CPV code
85111100
II.1.3) Type of contract
Services
II.1.4) Short description
NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to establish a renewed framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostic Procedures.
The tender will be split into the following Lots:
Lot 1 Outsourcing.
Lot 2 Insourcing which is sub-divided (Lot 2a) with equipment/infrastructure (Lot 2b) without equipment and infrastructure.
Lot 3 Facility lot which will be subdivided into Facility - including all equipment and consumables (Lot 3) and Lot 3+ which is all services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined (priced) at call off stage (Lot 3+) and cover the following disciplines:
Breast
Endoscopy (including Cystoscopy)
Neuroscience
Cardiac & Cardiac related Diagnostics
Gastroenterology
Ophthalmology
Cardiology & Cardiology related Diagnostics
General Surgery
Oral Maxillo Facial Surgery
CT Scanning
Gynaecology
Orthopaedic Surgery
Dermatology
MRI Scanning
Pain Management
Ear Nose & Throat (ENT)
Neurology & Neurology related Diagnostics
Non- Obstetric Ultrasound (NOUS)*
Plastic Surgery
Thoracic Ultrasound Diagnostics
Urology
Vascular
Along with the above there may also be additional disciplines added
II.1.5) Estimated total value
Value excluding VAT:
200 000 000.00
GBP
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
Lot 1 - Outsourcing
II.2.2) Additional CPV code(s)
85111100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot is for the provision of outsourcing.
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: Yes
Description of renewals:
The Framework Agreement will be in place for four (4) years with an option to extend for up to an additional four (4) years.
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
Lot No: 2
II.2.1) Title
Lot 2 - Insourcing
II.2.2) Additional CPV code(s)
85111100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The lot will be sub-divided into the following sub-lots;
Lot 2a the provision of insourcing with equipment/infrastructure.
Lot 2b the provision of insourcing without equipment/infrastructure.
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: Yes
Description of renewals:
The Framework Agreement will be in place for four (4) years with an option to extend for up to an additional four (4) years.
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
Lot No: 3
II.2.1) Title
Lot 3 - Facility
II.2.2) Additional CPV code(s)
85111100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The lot will be sub-divided into the following sub-lots;
Lot 3 - Facility - including all equipment and consumables
Lot 3+ all services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined(priced) at call off stage.
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: Yes
Description of renewals:
The Framework Agreement will be in place for four (4) years with an option to extend for up to an additional four (4) years.
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.
Justification for any framework agreement duration exceeding 4 years: The Framework Agreement will be in place for four (4) years with
an option to extend for up to an additional four (4) years. As this procurement falls under the Light Touch Regime, this allows a degree of
flexibility to go beyond the PCR 2015 requirement of a maximum four (4) years for a standard Framework Agreement.
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:
2021/S 000-021942
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/11/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
06/11/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=122999.
Under the terms of this contract the successful supplier(s) will be required to deliver Social Value in support of the authority.
Under the terms of this contract the successful supplier(s)
To ensure this procurement captures the requirements relating to Social Value, bidders will be required to submit responses in relation to the following areas;
Well-Being of Future Generations Act
Foundational Economy
Carbon Footprint
More information around this will be provided in the tender documents.
The Framework will remain open throughout its lifetime to allow - on an annual basis - (i) new entrants to the market (prospective Bidders) to seek appointment onto the Framework, (ii) existing Framework Providers to seek appointment onto the Framework in relation to different, or additional Lots to those for which they were originally appointed onto the Framework and / or (iii) existing Framework
Providers can apply to adjust their Framework pricing.
Please see below for refresh dates
full bid submitted by November 2023 / appointment to framework 01/04/2024
full bid submitted by / appointment to framework 01/04/2025
full bid submitted by November 2025 / appointment to framework 01/04/2026
full bid submitted by November 2026 / appointment to framework 01/04/2027
full bid submitted by November 2027 / appointment to framework 01/04/2028
full bid submitted by November 2028 / appointment to framework 01/04/2029
full bid submitted by November 2029 / appointment to framework 01/04/2030
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=124142.
(WA Ref:124142)
The buyer considers that this contract is suitable for consortia.
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=135386
(WA Ref:135386)
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
06/10/2023