Section one: Contracting authority
one.1) Name and addresses
NHS Wales SHARED SERVICES PARTNERSHIP
Block A, Neath Port Talbot Hospital
NEATH
SA12 7BX
Contact
Julie Williams
Telephone
+44 1639848426
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
Access to the procurement documents is restricted. Further information can be obtained at
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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 First Demand & Capacity Modelling
Reference number
SBU-ITT-51038-011-JW-22
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Swansea Bay University Health Board and West Glamorgan Regional Partnership Board (RPB) have successfully secured funding to deliver the Home First model across the Discharge to Recover and Assess (D2RA) pathways for a further five years. To provide assurance that the programme is appropriately resourced and has a robust commissioning model across the pathways to provide the required models of care, a demand and capacity analysis is required to enable detailed planning over the next 3-5 years. This analysis will provide the information to develop recovery/delivery trajectories across all Pathways for 2022-27.
two.1.5) Estimated total value
Value excluding VAT: £25,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
Swansea Bay University Health Board
two.2.4) Description of the procurement
Swansea Bay University Health Board and West Glamorgan Regional Partnership Board (RPB) have successfully secured funding to deliver the Home First model across the Discharge to Recover and Assess (D2RA) pathways for a further five years. To provide assurance that the programme is appropriately resourced and has a robust commissioning model across the pathways to provide the required models of care, a demand and capacity analysis is required to enable detailed planning over the next 3-5 years. This analysis will provide the information to develop recovery/delivery trajectories across all Pathways for 2022-27.
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
2
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The service provider will: -
Provide a current picture of demand and capacity available/constraints across all the D2RA pathways both from Community and Discharge from Hospital
Set out the expected demands on our system over the next five years (on an annual basis), to reflect activity patterns; demographic changes; changes in acuity and needs with a specific emphasis on frailty and dementia.
Make available the tool used to undertake the demand and capacity modelling to the partnership for its own future use.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 September 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: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 September 2022
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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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=124207
(WA Ref:124207)
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