Tender

Consultancy work in relation to the evaluation of the all-Wales Rapid Diagnosis Clinics Programme

  • NHS Wales Shared Services Partnership

F02: Contract notice

Notice identifier: 2022/S 000-029194

Procurement identifier (OCID): ocds-h6vhtk-03765c

Published 17 October 2022, 3:19pm



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

Email

Nia.Miles@wales.nhs.uk

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.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

http://NWSSP.Cardiff.Procurement@wales.nhs.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://NWSSP.Cardiff.Procurement@wales.nhs.uk

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 in relation to the evaluation of the all-Wales Rapid Diagnosis Clinics Programme

Reference number

CAV-ITT-PROJECT40225

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 Wales Cancer Network, wishes to invite proposals for the evaluation of the all-Wales Rapid Diagnosis Clinics (RDC) programme.

Evaluation is an integral part of the work we do within the Wales Cancer Network, and we use findings to facilitate learning, drive service improvement, inform future programme development, and guide decision-making. We are committed to assessing whether we have achieved our objectives and the processes which led to success (or not).

The RDC programme is a national initiative supporting Health Boards in Wales to provide General Practitioners (GPs) with a referral pathway and RDC to investigate vague symptoms that may be caused by cancer. The programme commenced in December 2020 and is due to complete in March 2023. A Rapid Diagnosis Clinic (RDC) provides a diagnostic route for patients with non-specific but concerning (vague) symptoms who do not fit into a standard Suspected Cancer Pathway, because of the absence of clear ‘red flag’ symptoms. RDCs aims to:

- Support earlier diagnosis for patients with vague, non-specific symptoms that could be cancer

- Reduce cancer diagnoses via emergency presentations

- Improve overall patient health outcomes by detecting cancer earlier

- Improve patient and GP experience

- Identify and manage other serious non-malignant disease or those at risk of developing serious illness

The aim of the evaluation is to provide an independent assessment of the RDC programme and deliverables to:

- communicate the impact, value and learning

- inform Health Board sustainability plans for RDCs across Wales

- inform future developments and programme approaches within the Wales Cancer Network

two.1.5) Estimated total value

Value excluding VAT: £30,000

two.1.6) Information about lots

This contract is divided into lots: No

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 Wales Cancer Network, wishes to invite proposals for the evaluation of the all-Wales Rapid Diagnosis Clinics (RDC) programme.

Evaluation is an integral part of the work we do within the Wales Cancer Network, and we use findings to facilitate learning, drive service improvement, inform future programme development, and guide decision-making. We are committed to assessing whether we have achieved our objectives and the processes which led to success (or not).

The RDC programme is a national initiative supporting Health Boards in Wales to provide General Practitioners (GPs) with a referral pathway and RDC to investigate vague symptoms that may be caused by cancer. The programme commenced in December 2020 and is due to complete in March 2023.

Aim:

- to support the implementation and sustainability of an RDC Service in all Welsh Health Boards, using a nationally coordinated, locally implemented programme approach

Objectives:

- to provide the necessary tools and evidence to deliver a high quality and person-centred service to patients with vague symptoms suspicious of cancer

- to develop and deliver educational resources to support the learning and sharing of good practice between Health Board RDC models

The aim of the evaluation is to provide an independent assessment of the RDC programme and deliverables to:

- communicate the impact, value and learning

- inform Health Board sustainability plans for RDCs across Wales

- inform future developments and programme approaches within the Wales Cancer Network

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

6

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

Details can be found within the tender documents. The documents can be obtained from eTender Wales Bravo Solutionas

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

three.2.2) Contract performance conditions

As stated within the ITT

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the 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

1 November 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

1 November 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

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=125696

(WA Ref:125696)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

http://www.procurement.wales.nhs.uk