Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Clinical Pathways Interface and Implementation Support

  • First published: 03 May 2022
  • Last modified: 03 May 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-120598
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
03 May 2022
Deadline date:
25 May 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The purposes of the Clinical Pathways Interface and Implementation Support are twofold: 1. Clinical Pathways Interface. To provide and manage a digital website for the publication of nationally agreed, but locally delivered, clinical pathways, processes and procedures to be used by NHS Wales clinicians to support evidence-based care organised around the individual and their family, as close to home as possible. 2. Implementation Support. To support, at both national and local levels, the development of skills and organisational cultures in NHS organisations to create, adapt, and implement such clinical pathways at scale and at pace. CPV: 85323000, 48000000, 72263000.

Full notice text

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: Gareth Rees

E-mail: gareth.rees9@wales.nhs.uk

NUTS: UKL

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

Clinical Pathways Interface and Implementation Support

Reference number: AW102

II.1.2) Main CPV code

85323000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The purposes of the Clinical Pathways Interface and Implementation Support are twofold:

1. Clinical Pathways Interface.

To provide and manage a digital website for the publication of nationally agreed, but locally delivered, clinical pathways, processes and procedures to be used by NHS Wales clinicians to support evidence-based care organised around the individual and their family, as close to home as possible.

2. Implementation Support.

To support, at both national and local levels, the development of skills and organisational cultures in NHS organisations to create, adapt, and implement such clinical pathways at scale and at pace.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48000000

72263000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

1. Clinical Pathways Interface.

The Clinical Pathways Interface is expected to be a website, easily accessible from clinicians’ desktops, tablets and mobile phones, that displays easy-to-read, current, evidence-based clinical pathways, processes and procedures, based on a standard template. The website is expected to be accessible from both within and outside of the secure NHS network. The web pages will be easily and rapidly updated by the Supplier at the request of the NHS Wales organisations both at a national and local level. The web pages will also contain hyperlinks to relevant local services, contact telephone numbers and email addresses, resources for continuing professional development and appraisal, and national or international guidance and case studies relevant to a specific clinical pathway. The solution is required to accommodate whole systems pathways from community prevention (including non-health partners, social prescribing/conservative management options) through to primary and secondary care intervention, discharge, further follow-up and ongoing self-management.

The intended outcome of the implementation support is to maximise the speed of adoption of the Clinical Pathways Interface by all clinicians in all NHS Wales organisations.

2. Implementation Support.

The Implementation Support is expected to act at two levels:

1. Nationally.

a. The supplier will advise and support the national NHS Wales Clinical Lead for Clinical Pathways, and a national supporting team, to devise a strategy and implementation plan to delivering clinical pathways

b. Together with the NHS Wales Clinical Lead for Clinical Pathways, the supplier will work with disease-specific National Clinical Networks and national implementation boards to create and adapt high level clinical pathways, that would then be distributed to Health Boards and Trusts for local adaptation

c. Initially, it is expected that Implementation Support will focus on reducing demand for planned care and urgent/emergency care in hospital settings by empowering clinicians in primary and community care to manage patients outside of hospital.

d. The national focus will be on population pathways.

2. Locally.

a. The supplier will advise and support the Health Board or NHS Trust executive director, and their team, responsible for clinical pathways, to devise a strategy and implementation plan to create/adapt clinical pathways in their organisation, this will be closely aligned to the national strategy and plan.

b. The supplier will support local clinical leaders to create, adapt and implement clinical pathways, including publishing them on the Clinical Pathways Interface. This will include provision of evidence-based clinical pathways that have already been developed and implemented in similar health systems around the world, providing ‘springboards’ for rapid local adaption, adoption and publication.

c. Implementation plans for national roll out and individual Health Board/Trust roll-outs will be required. These plans must include timescales for each Health Board’s testing and go live dates with clear targets. The implementation plan must include the national team’s roll-out as well as a clear communication plan to alert users.

d. Initially, it is expected that Implementation Support will focus on reducing demand for planned care and urgent/emergency care in hospital settings by empowering clinicians in primary and community care to manage patients outside of hospital. NHS Organisations may need to shift resources along organisational pathways to achieve this.

e. The local focus will be on organisational pathways and patient pathways.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Cost criterion: Cost / Weighting: 30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 24 months

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.1.8) 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:

2022/S 000-002520

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 25/05/2022

Local time: 12:00

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 02/06/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

(WA Ref:120598)

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

03/05/2022

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
72263000 Software implementation services Software-related services
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
03 May 2022
Deadline date:
25 May 2022 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
09 March 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
gareth.rees9@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.