Tender

Clinical Pathways Interface and Implementation Support

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

F02: Contract notice

Notice identifier: 2022/S 000-011341

Procurement identifier (OCID): ocds-h6vhtk-031071

Published 3 May 2022, 1:20pm



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

Contact

Gareth Rees

Email

gareth.rees9@wales.nhs.uk

Country

United Kingdom

NUTS code

UKL - Wales

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/web/login.shtml

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/web/login.shtml

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

Clinical Pathways Interface and Implementation Support

Reference number

AW102

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.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.

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
  • 72263000 - Software implementation services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Cost / Weighting: 30

two.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

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 000-002520

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

Date

25 May 2022

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

four.2.7) Conditions for opening of tenders

Date

2 June 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

(WA Ref:120598)

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