Opportunity

Medical Workforce eSystems

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice reference: 2023/S 000-001442

Published 17 January 2023, 3:35pm



Section one: Contracting authority

one.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

Email

jemma.edwards@wales.nhs.uk

Telephone

+44 1443848585

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/home.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Medical Workforce eSystems

Reference number

ABU-OJEU-52141

two.1.2) Main CPV code

  • 48330000 - Scheduling and productivity software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

Aneurin Bevan University Health Board is looking for solutions that enable more effective management of workforce planning. Such solutions should deliver significant operational and strategic improvements in identifying and managing demand and capacity and drive resourcing to the most cost effective models, particularly in fulfilling staffing gaps in rosters. Solutions will deliver a single end to end process and experience for users at all levels of interest, whether that is through a single provider or through a number of suppliers and systems being implemented to work together seamlessly.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48100000 - Industry specific software package
  • 48180000 - Medical software package
  • 48332000 - Scheduling software package
  • 48330000 - Scheduling and productivity software package

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
  • UKL16 - Gwent Valleys
  • UKL21 - Monmouthshire and Newport
Main site or place of performance

Multiple sites within the boundaries of Aneurin Bevan University Health Board

two.2.4) Description of the procurement

The Health Board have adopted a lot based approach for the functional requirements that will see each distinct function appraised for both it’s commercial (cost) offerings as well as the ability for each solution to deliver that function. The lots are set out below along with a brief synopsis of what each one means to the Health Board in terms of its function and its relationship with the other lots.

- Lot 1 - Job Planning

Applicable to Consultant and Specialist Doctor Grades, this function will help the Health Board to ensure that all appropriate Medical staff are subject to a current and compliant Job Plan. Each Job Plan will help identify the alignment of their activity to their contractual obligations as set out in the various Contracts for Wales. In turn, this will help workforce planners to identify the staffing capacities available to them for the purpose of rostering at the appropriate grades.

- Lot 2 – eRostering

The eRostering solution will enable demand planning and setting out of Rosters in line with demand needs. Substantive capacity can be mapped in to help identify gaps that exist in rosters due to shortfall in staffing. Adding to this, on a planned premise, will be the recording of planned absence such as leave. The function will also manage a more reactive need around instances of unplanned leave. Solutions will enable staffing co-ordinators to hand off appropriate shifts to Locum and Agency management solutions that are further downstream in the end-to-end process.

- Lot 3 – Locum/Bank management

The Locum Bank function relates only to the management of a bank of registered doctors, locally only to the Health Board. The Locum function does not include Agency resource. The locum bank may have doctors from outside the Health Board registered through internal recruitment and governance process. Gaps in rosters, both planned and unplanned can then be advertised through the Locum Bank solution for appropriate doctors registered on bank. As shifts are filled, the system will inform eRostering. If a shift is not filled, there should be an ability to push that shift on to the third part agency management solutions.

two.2.5) Award criteria

Quality criterion - Name: Functional Requirements / Weighting: 35

Quality criterion - Name: Non-Functional Requirements / Weighting: 15

Quality criterion - Name: Integration & Interoperability / Weighting: 15

Quality criterion - Name: Wellbeing of Future Generations Act / Weighting: 5

Quality criterion - Name: Foundational Economy / Weighting: 5

Quality criterion - Name: Carbon Footprint / Weighting: 5

Price - Weighting: 20

two.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

The contract will operate for an initial term of 4 years with the option to extend for up to a further 3 years. After which point there will be the requirement to renew the contract should a system be required in the future.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-027069

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

Date

16 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 February 2023

Local time

1:00pm

Place

Electronically


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 6 months prior to contract expiry

six.3) Additional information

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=128208

(WA Ref:128208)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom