Tender

Provision of specialised therapy services for children with neurological disorders

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

F02: Contract notice

Notice identifier: 2022/S 000-007564

Procurement identifier (OCID): ocds-h6vhtk-032426

Published 21 March 2022, 12:25pm



Section one: Contracting authority

one.1) Name and addresses

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

Procurement Services, Cardiff and Vale University Local Health Board, Woodlands House, 2nd Floor, Maes-Y-Coed Road

Cardiff

CF14 4HH

Contact

Emma Lane

Email

emma.lane@wales.nhs.uk

Telephone

+44 02921836450

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

www.etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.etenderwales.bravosolution.co.uk

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

Provision of specialised therapy services for children with neurological disorders

Reference number

CAV-OJEU-PROJECT50016

two.1.2) Main CPV code

  • 85142100 - Physiotherapy services

two.1.3) Type of contract

Services

two.1.4) Short description

The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust are acting on behalf of Aneurin Bevan UHB, Cardiff and Vale UHB, Cwm Taf Morgannwg UHB, Hywel Dda UHB, Powys THB and Swansea Bay UHB who are a consortium to procure specialised therapy services for children with neurological disorders for a three year period.

two.1.5) Estimated total value

Value excluding VAT: £900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85323000 - Community health services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan

two.2.4) Description of the procurement

Neurodisability is an umbrella term for conditions associated with impairment involving the nervous system and includes conditions such as Cerebral Palsy (CP) and Acquired brain injury (ABI). Children and Young People with a Neurodisability have a range of impairments but many have complex and continuing need and as a result are frequent users of the health service at all levels, community, primary care inpatient and outpatient settings.

Acquired brain injury (ABI) is injury to the brain caused by an identifiable event such as trauma, hypoxia, metabolic disorders or infection. The effects of an ABI on children can vary greatly and will depend on the part of the brain that suffered the damage and the amount of damage caused. The effects can range from mild to severe and may include changes in a child or young person’s physical ability, cognitive skills, personality, behaviour and how they communicate.

Therapeutic intervention for this group of service users is delivered by Physiotherapists, Occupational Therapists, Speech and Language therapists in conjunction with the Child or Young Person and their family using a multidisciplinary team around the child approach in order to meet patient goals and optimise outcomes.

The Consortium require external support for children within the inclusion criteria outlined in the specification as an enhancement to current Hospital services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

No

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

Date

25 April 2022

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

25 April 2022

Local time

2:00pm

Place

electronically via etenderwales


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please note additional information on this procurement:

1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.

2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.

3. The Contracting Authority will not accept completed ITT's after the stated closing date.

4. All documents to be priced (where applicable) in sterling and all payments made in sterling.

5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

6. This Procurement is being undertaken via the Light Touch Regime.

7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_93850

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=119780

(WA Ref:119780)

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

NHS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful.

Should additional information be required it should be requested of the addressee in section I.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.