Voluntary ex ante transparency notice
Directive 2014/24/EU
Section I: Contracting
entity
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Cardiff and Vale University Local Health Board, 2nd Floor, Woodland House, Maes-y-Coed Road
Cardiff
CF14 4HH
UK
Telephone: +44 02921836450
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.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
Provision of Hospital Capacity for Cardiff and Vale Health Board
II.1.2) Main CPV code
85110000
II.1.3) Type of contract
Services
II.1.4) Short description
The NHS Shared Services Partnership hosted by Velindre are acting on behalf of the Cardiff and Vale University Local Health Board who require additional facilities to provide increased capacity for waiting lists due to the pandemic
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
8 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85110000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Due to the Covid-19 pandemic and the ongoing recovery programme, the Health Board has an urgent requirement for additional hospital facilities within or as close to their geographical boundaries to ensure the safety of their patients should a need arise for patients to be transferred back to UHW and/or UHL if required.
The use of independent sector capacity is a core part of the Health Board’s plan for both stability and recovery within and following the pandemic period and will enable the reduction in the number of patients waiting for critical surgeries.
St Joseph’s will provide dedicated NHS access for a facility rental agreement with an option for NHS surgeons and anaesthetists to operate for one full theatre per week as well as for radiology procedures to be completed
The contract will deliver;
a) Facility rental for Theatres - dedicated laminar flow theatre, and day case theatres, with selection and booking of procedures to be undertaken via the Health Board’s patient administration system allowing complete visibility of the patient journey and continuity of care for when the patient returns to C&V. The theatre will accommodate weekend work if required. All equipment, consumables, and theatre staff (excluding surgeon and anaesthetist) shall be provided.
b) Facility rental for Inpatient services - inpatient capacity (12 rooms) and 5 day case pods for use by CVUHB. All inpatient rooms are en-suite and single occupancy to reduce any cross-infection risks. All nursing staff, consumables, pharmacy and RMO for post-op care and escalation of concerns to relevant consultant, if required, will be provided.
c) Contract for Imaging – 50% of the Health Board imaging capacity per week will be provided.
d) Cost per case contract for Endoscopy - a dedicated endoscopy suite will be provided which will operate a 2 session day from Monday to Friday, 10 sessions per week, as required.
e) Facility rental for Outpatients – St Joseph’s can provide access to Outpatients facilities to provide clinics for use by NHS Consultants
II.2.11) Information about options
Options:
Yes
Description of options:
The Health Board is including a 12 month extension option should this be required at their sole discretion and is subject to funding available.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation:
Following review of suitable options, the Health Board has entered into discussions with St Joseph’s for a protected elective surgical unit facility to support the delivery of planned surgical procedures and inpatient stays for non COVID patients. St Joseph’s has the necessary capacity and can provide all requirements within one facility. The Hospital is close to Cardiff and Vale UHB’s boundaries being 14.4 miles from UHW and 19.5 miles from UHL. In addition, the Health Board has undertaken a cost analysis of the overall proposed expenditure and is satisfied that this offers good value for money for the Health Board.
St Joseph’s is committed to being flexible to the Health Board’s potential changing requirements in specialities to maximise efficiencies for C&V as well as to the changing Covid environment. The contract will be modular so that the Health Board can adjust its requirements for services (items a – e) throughout the duration of the contract. It should be noted that the value in this notice is the maximum value should all services described be completed for the full duration of the contract.
The contract will run from March 2022 for a 12 month period, with the potential to extend for a further 12 months and will have a quarterly break clause for termination if required.
Based on the above, Procurement Services is applying a 10 day standstill period prior to commencing the award of this contract.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract/concession
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
06/12/2021
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
St Josephs Hospital
Harding Avenue
Newport
NP206ZE
UK
NUTS: UKL16
The contractor is an SME:
No
V.2.4) Information on value of the concession and main financing terms (excluding VAT)
Total value of the concession/lot:
8 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:116475)
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
07/12/2021