Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4th Floor, Companies House, Cardiff
Cardiff
CF14 3UB
Contact
Gareth Stallard
Telephone
+44 2920903700
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/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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Home Oxygen Service
Reference number
MED-OJEU-51002
two.1.2) Main CPV code
- 85111700 - Oxygen-therapy services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of a Home Oxygen Service within premises outside secondary care for patients registered with a General Practitioner (GP) that falls within a Health Board within NHS Wales, and patients travelling to Wales from other regions of the United Kingdom.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85111700 - Oxygen-therapy services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Health Boards, Trusts, and Special Health Authorities within NHS Wales including their successor organisations.
two.2.4) Description of the procurement
The Home Oxygen Service provides a service to users in their own homes and other locations outside secondary care, and also supports users working and travelling outside the home through the provision of appropriate oxygen equipment. Health Boards have the responsibility for providing a Home Oxygen Service to patients. The services that are included in the contract include, but are not limited to:
— the provision of a customer contact centre,
— processing and delivery of Home Oxygen Order Form (HOOF) requests,
— supply and installation of equipment,
— training and guidance for service users and/or carers,
— managing oxygen supplies through replenishment of cylinders and Liquid Oxygen (LOX),
— reimbursement of electricity costs for concentrator users, and
— servicing and maintenance of equipment.
Suppliers must be able to deliver all aspects of the service and must support the service that they provide with a suite of reports that enable Health Boards to monitor the oxygen usage for their patients, and to be alerted when service users are not responsive to risk assessments and maintenance. This is in addition to reports that support reconciliation.
The contractor must be able to deliver the service within the homes and other locations outside of secondary care locations relating to patients registered with General Practitioners (GP's) that fall within the Health Boards within NHS Wales, these Health Boards include the below and their successor organisations;
-Aneurin Bevan University Health Board
-Betsi Cadwaladr University Health Board
-Cardiff and Vale University Health Board
-Cwm Taf Morgannwg University Health Board
-Hywel Dda University Health Board
-Swansea Bay University Health Board
-Powys Teaching Health Board
The contractor will also be required to undertake the service in locations where patients from other parts of the United Kingdom travel to a location that falls within the remit of the Health Boards listed above.
two.2.5) Award criteria
Quality criterion - Name: Qualification / Weighting: PASS/FAIL
Quality criterion - Name: Sustainable Procurement / Weighting: 10
Quality criterion - Name: Technical Ability / Weighting: 60
Price - Weighting: 30
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
option to extend for a further 36 months, to be decided by end of month 60
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed within the tender documents.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed within the tender documents and the proposed Terms and Conditions of Contract.
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
2 June 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 1 January 2024
four.2.7) Conditions for opening of tenders
Date
2 June 2023
Local time
12:00pm
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
NHS Wales Shared Services Partnership (hosted by Velindre University NHS Trust), the Contracting Authority will be awarding this agreement for and on behalf of the organisations listed below, the contractor will be required to provide services and be able to work with these organisations to deliver the contract during the contract period.
-Aneurin Bevan University Health Board
-Betsi Cadwaladr University Health Board
-Cardiff and Vale University Health Board
-Cwm Taf Morgannwg University Health Board
-Hywel Dda University Health Board
-Swansea Bay University Health Board
-Powys Teaching Health Board
-Velindre University NHS Trust
-Public Health Wales NHS Trust
-Welsh Ambulance Services NHS Trust
-Digital Health Care Wales
-Health Education Improvement Wales
The proposed agreement will be awarded for a period of 7 years (84 months) with the option to extend for up to an additional 3 years (36 months).
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=130924
(WA Ref:130924)
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