Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership
8th Floor Brecknock House, Heath Park
Cardiff
CF14 4XW
UK
Telephone: +44 2920744939
E-mail: Nia.Miles@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: http://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
Access to the procurement documents is restricted. Further information can be obtained 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
Regional or local authority
I.5) Main activity
Other: Project Management System
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Community Optometrist Services
Reference number: CAV-ITT-PROJECT41848
II.1.2) Main CPV code
85323000
II.1.3) Type of contract
Services
II.1.4) Short description
Ophthalmic Diagnostic Treatment Centre (ODTC) for the big 3 ocular blinding causes within Cardiff and Vale UHB:
- AMD
- Glaucoma
- Diabetic retinopathy
The aim to improve the Rapid AMD service, increase follow up capacity for both glaucoma and diabetic retinopathy along with increased access to unscheduled care delivered by community optometrists and nurses.The proposed service is currently provided within the Health Board and outsourcing the services should improve patient pathways and reduce the pressure on the ongoing patient waiting times and subsequently improve patient care.
II.1.5) Estimated total value
Value excluding VAT:
418 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85323000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff and the Vale LHB
II.2.4) Description of the procurement
Cardiff and the Vale are sourcing for a respectable company to enable Community Optometrist Services.
In 2019 Cardiff and Vale University Health Board were provided funding to support develop a Ophthalmic Diagnostic Treatment Centre (ODTC) for the big 3 ocular blinding causes:
- AMD
- Glaucoma
- Diabetic retinopathy
The aim to improve the Rapid AMD service, increase follow up capacity for both glaucoma and diabetic retinopathy along with increased access to unscheduled care delivered by community optometrists and nurses. It is proposed that the unscheduled care element is delivered 7 days a week.
The proposed service is currently provided within the Health Board and outsourcing the services should improve patient pathways and reduce the pressure on the ongoing patient waiting times and subsequently improve patient care.
The Health Board will ensure that this procurement process, which is being undertaken in accordance with the Open Procedure, pursuant to and as defined in the Public Contracts Regulations 2015 (as amended) Light Touch Regime.
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: 12
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
II.2.14) Additional information
The Health Board will ensure that this procurement process, which is being undertaken in accordance with the Open Procedure, pursuant to and as defined in the Public Contracts Regulations 2015 (as amended) Light Touch Regime.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Details can be found within the tender documents via the eTender Wales Bravo Solutions site, as previously stated.
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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
III.2.2) Contract performance conditions
As per detailed in the ITT
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/06/2019
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:
04/06/2019
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
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. In reference to II.1.9 (Variants) to the extent permitted, if at all, in the tender documents.
7. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale
ULHB.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=65818.
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=68368
(WA Ref:68368)
The Health Board will ensure that this procurement process, which is being undertaken in accordance with the Open Procedure, pursuant to and as defined in the Public Contracts Regulations 2015 (as amended) 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 https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=92205
(WA Ref:92205)
VI.4) Procedures for review
VI.4.1) Review body
NHS Wales Shared Services Partnership
8th Floor, Brecknock House, University Hospital of Wales Heath Park
Cardiff
CF14 4XW
UK
Telephone: +44 2920744939
E-mail: Nia.Miles@wales.nhs.uk
Internet address(es)
URL: http://www.procurement.wales.nhs.uk
VI.5) Date of dispatch of this notice
14/05/2019