Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership
2nd Floor Woodland House, Maes-y-Coed Road
Cardiff
CF14 4TT
Telephone
+44 2921508271
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Consultancy work to evaluate the all-Wales Suspected Cancer Pathway (SCP) Programme
Reference number
CAV-ITT-PROJECT53738
two.1.2) Main CPV code
- 79419000 - Evaluation consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Procurement Wales, on behalf of the NHS Executive, Wales Cancer Network, wishes to invite proposals for the evaluation of the all-Wales Suspected Cancer Programme (SCP) programme.
The 3-year Suspected Cancer Pathway (SCP) Programme was introduced in April 2021, as a national programme to support NHS organisations to transform their cancer patient pathways through a whole system approach. The programme was intended to provide a platform for innovation across the diagnostic and treatment intervals of the patient pathway by developing a suite of National Optimal Pathways (NOPs). The NOPs are designed to align with the metric of the Suspected Cancer Pathway, and describe the optimal steps, sequence and associated timings along the patient cancer pathway, including all diagnostic steps, investigations and treatments. The SCP programme aims to deliver the vision of the NOPs aligned to the metric of the SCP to achieve better outcomes and experience for cancer patients across Wales.
We require a robust and independent assessment of the impact of the SCP programme.
The following key programme deliverables were identified:
· To review, develop and publish the National Optimal Pathways.
· In partnership with cancer Multidisciplinary Teams support the implement of the National Optimal Pathways through a whole-system approach.
· Support health boards to improve SCP performance (Point of Suspicion to First Definitive Treatment).
· Deliver the programme through a Value Based Health Care approach, to achieve better outcomes and experiences for cancer patients.
· Work collaboratively with health boards and stakeholders to share learning from the programme activities.
Programme aim and objectives
Aim:
· To enable effective implementation of the SCP across Wales, through a whole system approach informed by business intelligence data.
Objectives:
· To support health boards/trust in Wales to implement the SCP performance target (Point of Suspicion to First Definitive Treatment within 62 days) aligned to the best practice principles described by the National Optimal Pathways.
· To work in partnership with cancer MDTs to embed the vision of the National Optimal Pathways.
To support Health Boards/ Trust to implement data driven service improvements across the National Optimal Pathways
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: £99,920
two.2) Description
two.2.2) Additional CPV code(s)
- 79419000 - Evaluation consultancy services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
NHS Collaborative - Cardiff
two.2.4) Description of the procurement
NHS Procurement Wales, on behalf of the NHS Executive, Wales Cancer Network, wishes to invite proposals for the evaluation of the all-Wales Suspected Cancer Programme (SCP) programme.
The 3-year Suspected Cancer Pathway (SCP) Programme was introduced in April 2021, as a national programme to support NHS organisations to transform their cancer patient pathways through a whole system approach. The programme was intended to provide a platform for innovation across the diagnostic and treatment intervals of the patient pathway by developing a suite of National Optimal Pathways (NOPs). The NOPs are designed to align with the metric of the Suspected Cancer Pathway, and describe the optimal steps, sequence and associated timings along the patient cancer pathway, including all diagnostic steps, investigations and treatments. The SCP programme aims to deliver the vision of the NOPs aligned to the metric of the SCP to achieve better outcomes and experience for cancer patients across Wales.
We require a robust and independent assessment of the impact of the SCP programme.
The following key programme deliverables were identified:
· To review, develop and publish the National Optimal Pathways.
· In partnership with cancer Multidisciplinary Teams support the implement of the National Optimal Pathways through a whole-system approach.
· Support health boards to improve SCP performance (Point of Suspicion to First Definitive Treatment).
· Deliver the programme through a Value Based Health Care approach, to achieve better outcomes and experiences for cancer patients.
· Work collaboratively with health boards and stakeholders to share learning from the programme activities.
Programme aim and objectives
Aim:
· To enable effective implementation of the SCP across Wales, through a whole system approach informed by business intelligence data.
Objectives:
· To support health boards/trust in Wales to implement the SCP performance target (Point of Suspicion to First Definitive Treatment within 62 days) aligned to the best practice principles described by the National Optimal Pathways.
· To work in partnership with cancer MDTs to embed the vision of the National Optimal Pathways.
To support Health Boards/ Trust to implement data driven service improvements across the National Optimal Pathways
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
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: 2023/S 000-016823
Section five. Award of contract
Contract No
CAV-ITT-PROJECT53738
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 December 2023
five.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 6
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: 14
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Carnall Farrar
91 Wimpole Street
London
W1G0EF
Telephone
+44 2037707536
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £100,000
Total value of the contract/lot: £99,920
Section six. Complementary information
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
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. In reference to II.1.9 (Variants) to the extent permitted, if at all, in the tender documents.
7. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale
ULHB.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at
http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=65818.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on
Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=68368
(WA Ref:68368)
The Health Board will ensure that this procurement process, which is being undertaken in accordance with the Open Procedure, pursuant to and as defined in the Public Contracts Regulations 2015 (as amended) Light Touch Regime.
(WA Ref:142164)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom