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
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.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
Cancer Network Suspected Cancer Pathway (SCP) Improvement Project
Reference number
PHW-FTS-51635
two.1.2) Main CPV code
- 80561000 - Health training services
two.1.3) Type of contract
Services
two.1.4) Short description
Improvement Cymru wish to deliver a project which uses the lean foundations of the Toyota Production System (TPS), or an equivalent model using the same methodologies as the TPS, to deliver improvements in the first 28 days of the patient journey in three NHS Wales Suspected Cancer Pathways.
We have tested the TPS model with the NHS Wales Cancer community via training (including real life observations to consolidate learning) and learner evaluation has been overwhelmingly positive. As a result, we now wish to extend use of this model, or an equivalent model using the same methodologies as the TPS and test it with three Multi-Disciplinary Teams (MDT) to determine its usefulness in delivering improvements in practice which reduce variation and increase reliability. A key consideration of any partner will be the ability to adapt learning to cater for an NHS organisation and clinical settings – including outpatients and diagnostic services.
We are seeking an expert external partner (preferably an industrial or private sector organisation that uses TPS or an equivalent model to underpin its manufacturing) to support this project. This partner must demonstrate that the TPS/equivalent model underpins the culture of the organisation, and thus will be driven by recognised expertise and practical experience in delivering improvements. The organisation must be able to teach and train the TPS/equivalent model methodology, along with the ability to illustrate the TPS/equivalent model concepts using practical real-time/shop floor learning observations, alongside classroom teaching of these concepts
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £130,714
two.2) Description
two.2.2) Additional CPV code(s)
- 80561000 - Health training services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
All Wales
two.2.4) Description of the procurement
Improvement Cymru wish to deliver a project which uses the lean foundations of the Toyota Production System (TPS), or an equivalent model using the same methodologies as the TPS, to deliver improvements in the first 28 days of the patient journey in three NHS Wales Suspected Cancer Pathways.
We have tested the TPS model with the NHS Wales Cancer community via training (including real life observations to consolidate learning) and learner evaluation has been overwhelmingly positive. As a result, we now wish to extend use of this model, or an equivalent model using the same methodologies as the TPS and test it with three Multi-Disciplinary Teams (MDT) to determine its usefulness in delivering improvements in practice which reduce variation and increase reliability. A key consideration of any partner will be the ability to adapt learning to cater for an NHS organisation and clinical settings – including outpatients and diagnostic services.
We are seeking an expert external partner (preferably an industrial or private sector organisation that uses TPS or an equivalent model to underpin its manufacturing) to support this project. This partner must demonstrate that the TPS/equivalent model underpins the culture of the organisation, and thus will be driven by recognised expertise and practical experience in delivering improvements. The organisation must be able to teach and train the TPS/equivalent model methodology, along with the ability to illustrate the TPS/equivalent model concepts using practical real-time/shop floor learning observations, alongside classroom teaching of these concepts
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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 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 003-122893
Section five. Award of contract
Contract No
PHW-FTS-51635
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 January 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Toyota Manufacturing (UK) Ltd
Zone 3, Tenth Avenue, Deeside Industrial Park
Deeside
CH52TW
Telephone
+44 1244282230
Country
United Kingdom
NUTS code
- UKL23 - Flintshire and Wrexham
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £130,714
Section six. Complementary information
six.3) Additional information
(WA Ref:129102)
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