Section one: Contracting authority/entity
one.1) Name and addresses
NHS Wales Shared Services Partnership
Cardiff and Vale University Health Board, 2nd Floor Woodland House, Maes Y Coed Road, Heath
Cardiff
CF14 4HH
Telephone
+44 02921834657
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.procurement.wales.nhs.uk
Buyer's address
http://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
Vasectomy Services Cardiff and Vale
Reference number
CAV-DCO (21-22) 188
two.1.2) Main CPV code
- 85121300 - Surgical specialist services
two.1.3) Type of contract
Services
two.1.4) Short description
Primary Surgical Services (PSS) via Ashgrove Surgery provided vasectomy services for the population of Cardiff under an SLA between 2002 and 2009, and has provided the same to Cardiff and Vale of Glamorgan from 2010 until now, with contract ending 31st March 2022. Since 2012 there have been two contract tendering exercises, both of which only received submissions from PSS. There has not been any queries from alternative provider on taking on this service since the current contract began in 2018. Given the wealth of experience this service has, and the lack of appetite from any other providers coming forward, it is felt that the new contract should be awarded to Ashgrove Surgery PSS via this VEAT process.
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: £350,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
provision of a community based Vasectomy Service to patients registered in a General Practice in Cardiff and the Vale of Glamorgan.
The service to be commissioned is for a total of 3 years with an option to extend for a further one year with an activity level of approximately 450 completed procedures per annum. The service must be inclusive of the following:
Post referral management
Pre operative counselling
Patient information
Consent
Sterilisation
Semen testing
Andrology service
Record keeping
Communication
Audit
Clinical governance
Complaints management
In delivering the above service elements the following criteria must be met:
In line with the Locality model of joint service planning, it is required that the Provider is able to consider delivery of clinical services from appropriate premises in each of the Localities - South and East Cardiff, North and West Cardiff and the Vale of Glamorgan Locality.
The patient should be allocated to the operating clinician whose premises are geographically closest to the patient’s postcode unless the patient agrees otherwise.
Within 2 weeks of receipt of referral the provider must write to the patient to confirm who they have been referred to and provide appropriate contact details for them to make an appointment for counselling.
The provider must ensure counselling is arranged to take place within 2 to 6 weeks of referral, subject to patient choice. If the operating clinician is unable to
If the patient is deemed to be not suitable for surgery under a local anaesthetic or for another reason is deemed as requiring treatment within secondary care, the Provider is required to make suitable arrangements for referral to Cardiff and Vale Heath Board to ensure they are placed on the waiting list fairly.
The provider must ensure the patient is competent to make a choice and there is a robust and documented consent process.
There must be a minimum wait of two weeks following counselling to allow the patient to reconsider.
Subject to agreement by the patient to proceed, the waiting time for the procedure to take place should not exceed 6 weeks from counselling.
A robust system should be put in place to reduce DNAs for all appointments in the process.
Routine histological examination of the excised portions of vas deference is not required, unless deemed clinically necessary.
Post-vasectomy semen samples should be taken by the patient to the approved testing laboratory which should be a reasonable distance from the patient’s home (preferably within Cardiff and the Vale of Glamorgan). Patients should be requested to submit 1 sample at 12 week post surgery. A routine second PVSA is not required if azoospermia is found in the first sample. A second PVSA should be undertaken in offer counselling within the timeframe the patient should be offered a referral to a surgeon with shorter waiting times.
If waiting standards cannot be met following counselling the patient should be offered a referral to an operating clinician with a shorter waiting time.
cases where azoospermia has not been achieved.
If no sample is received from the Patient with 16 weeks of the procedure the provider is required to have a process in place for reminding the patient.
The provider should have a system in place for -referral for advanced semen testing if needed.
Should histology indicate the tissue sample to be other than Vas Deferens the patient will be contacted to arrange appropriate course of action.
Provider must undertake effective succession planning/business continuity to ensure ongoing delivery of the service.
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The Cardiff and Vale University Health Board wish to award contract via this VEAT process following engagement with the market resulting in no appetite other than the existing provider to bid for the services required.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Contract No
CAV-DCO (21-22) 188
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
25 January 2022
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Ashgrove Surgery
Morgan Street, Pontypridd
Rhondda Cynon Taff
CF372DR
Telephone
+44 1443404444
Country
United Kingdom
NUTS code
- UKL - Wales
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £350,000
Section six. Complementary information
six.3) Additional information
The SLA will be subject to annual uplift per annum in line with the equivalent uplift received from Welsh Government. This will be discussed annually with the provider for agreement.
(WA Ref:118734)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Should additional information be required from the addressee in section 1.1 Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015.