Opportunity

BCU-OJEU-48578 - PROVISION OF LITHOTRIPSY SERVICES

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

F02: Contract notice

Notice reference: 2021/S 000-025862

Published 15 October 2021, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

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

Alder House, Alder Court

St. Asaph

LL17 0JL

Contact

James Parry

Email

james.l.parry@wales.nhs.uk

Telephone

+44 1745366809

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

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

BCU-OJEU-48578 - PROVISION OF LITHOTRIPSY SERVICES

two.1.2) Main CPV code

  • 85100000 - Health services

two.1.3) Type of contract

Services

two.1.4) Short description

Betsi Cadwaladr University Health Board (BCUHB) are inviting a proposal from providers to deliver a mobile Lithotripsy service predominately for the treatment of renal stones. To be delivered from the BCUHB hospital sites, Ysbyty Gwynedd (Tuesday 09:00am – 17:00pm every fortnight) and Wrexham Maelor Hospital (Friday 13:00pm – 17:00pm every fortnight).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33125000 - Urology, exploration devices

two.2.3) Place of performance

NUTS codes
  • UKL13 - Conwy and Denbighshire
  • UKL12 - Gwynedd
Main site or place of performance

YSBYTY GWYNEDD AND MAELOR WREXHAM HOSPITAL

two.2.4) Description of the procurement

The Health Board wishes to commission the Provider to supply a full mobile lithotripter service in order to enable the delivery for approximately 120 Urology procedures in the treatment of renal and uretic stones. Services will provided at best value for money and the most effective, fair and sustainable use of finite resources based on current evidence and best practice.

Each patient is seen three times for a procedure and has a follow-up visit after the third visit. This is performed as an outpatient service. This is run as a day service.

The supplier must be prepared to manage the following patient mobility types as part of the service:

-Walking

-Wheelchairs

The Provider staffing is to be as a minimum:

-1 x Technician

-1 x Lorry Driver

The Provider will be expected to submit a clear project plan as part of the tender process which clearly demonstrates how they intend to staff the service and treat the required number of patients before the end of the contract.

It is anticipated that patients will be brought in every 30/45 minutes

It is anticipated that clinics will run as below:

Ysbyty Gwynedd – approximately 8 hours, between 9:00am and 5pm (approximate). The provider’s technician is expected to be there from 08:30am.

5 patients will be booked per half day session (10 for whole day). Patients are booked directly from the Urology Unit at Ysbyty Gwynedd.

Wrexham Maelor Hospital - approximately 4 hours, between 1pm and 5pm (approximate). The provider’s technician is expected to be there from 12:30pm.

5 patients will be booked per clinic. Patients are booked directly from clinics by PABC (patient access booking centre).

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

12

This contract is subject to renewal

Yes

Description of renewals

2 x 12 MONTH EXTENSIONS

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

BCUHB expect the provider to have the appropriate registration in line with the service they are delivering:

-Staff from the Provider must provide evidence of compliance with Ionising Radiation Regulations 1999(IRR99) and IRMER 2000.

-The company shall provide the trust with all policies, procedures and records required for the Trust to comply with IRMER 2000 and shall follow those Trust policies and procedures which apply.

-Company local rules in accordance with IRR99 will be available for inspection if required.

-The company will be expected to have a safety procedure in place for protection of patients, staff and visitors. Companies are required to provide evidence, if required, of such procedure plus operating guidelines.

The service provider will deliver care in accordance with the following policies and regulations:

All staff of the Provider involved in service delivery must be appropriately qualified and registered with the relevant Professional bodies

The Provider will be expected to deliver staffing levels which meet the appropriate guidelines for outpatient staffing models and Safer Staffing Principles.

-The National Health Service (General Medical Services Contracts)(Wales) Regulations (2004): http://www.legislation.gov.uk/wsi/2004/478/contents/made

-Social Services and Wellbeing Act

-NICE guidance: https://www.nice.org.uk/guidance

-Relevant Quality and Outcomes Framework standards and guidance – see Appendix 2 and : http://gov.wales/statistics-and-research/general-medical-services-contract/?lang=en

-National Service Frameworks for Wales: http://www.wales.nhs.uk/sites3/home.cfm?orgid=334

-The Health and Care Standards in Wales (2015): http://www.wales.nhs.uk/governance-emanual/health-and-care-standards

-BCUHB Prescribing Matters: http://howis.wales.nhs.uk/sites3/page.cfm?orgid=475&pid=38268

-All relevant BCUHB Policies and Procedures referenced or contained within this specification – see Appendix 8

Welsh Language & Other Communication Requirements

The service should enable everyone who receives or uses the service to do so through the medium of Welsh or English or language of their choice. Translation and interpreting services are available through the operator. The service provider should aim to offer services through the medium of Welsh to those patients who request it.

The provider should ensure that any patient literature provided pertinent to their condition is available in a variety of formats and that an ‘easy read’ version is available on request.

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

16 November 2021

Local time

12:00pm

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

English, Welsh

four.2.7) Conditions for opening of tenders

Date

16 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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=114936

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

PLEASE SEE INFORMATION FOR BIDDERS DOCUMENT.

(WA Ref:114936)

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