Tender

Framework Agreement for the Provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostic Procedures

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
  • Aneurin Bevan University Health Board
  • Betsi Cadwaladr University Health Board
  • Cardiff and Vale University Health Board
  • Hywel Dda University Health Board
Show 5 more buyers Show fewer buyers
  • Powys Teaching Health Board
  • Swansea Bay University Health Board
  • Welsh Health Specialised Services Committee (WHSSC)
  • Velindre University NHS Trust
  • Cwm Taf Morgannwg University Health Board

F02: Contract notice

Notice identifier: 2023/S 000-029589

Procurement identifier (OCID): ocds-h6vhtk-02dd25

Published 6 October 2023, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

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

4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

Contact

Karina Brock

Email

karina.brockr@wales.nhs.uk

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.1) Name and addresses

Aneurin Bevan University Health Board

Pontypool

Contact

Alex Curley

Email

alex.curley@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.1) Name and addresses

Betsi Cadwaladr University Health Board

St Aspah

Contact

Simon Whitehead

Email

simon.whitehead@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.1) Name and addresses

Cardiff and Vale University Health Board

Cardiff

Contact

Claire Salisbury

Email

claire.salisbury@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.1) Name and addresses

Hywel Dda University Health Board

Camarthen

Contact

Gemma Deverill

Email

Gemma.deverill@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.1) Name and addresses

Powys Teaching Health Board

St Aspah

Contact

Simon Whitehead

Email

simon.whitehead@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.1) Name and addresses

Swansea Bay University Health Board

Port Talbot

Contact

Keir Warner

Email

Keir.warner@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.1) Name and addresses

Welsh Health Specialised Services Committee (WHSSC)

Caerphilly

Contact

Esther Price

Email

Esther.Price2@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.1) Name and addresses

Velindre University NHS Trust

Cardiff

Contact

Helen James

Email

Helen.c.James@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.1) Name and addresses

Cwm Taf Morgannwg University Health Board

Merthyr Tydfil

Contact

Esther Price

Email

Esther.Price2@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nwssp.wales.nhs.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=

one.2) Information about joint procurement

The contract involves joint procurement

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

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

Framework Agreement for the Provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostic Procedures

two.1.2) Main CPV code

  • 85111100 - Surgical hospital services

two.1.3) Type of contract

Services

two.1.4) Short description

NWSSP Procurement Services, on behalf of the Health Boards in Wales are seeking to establish a renewed framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostic Procedures.

The tender will be split into the following Lots:

Lot 1 Outsourcing.

Lot 2 Insourcing which is sub-divided (Lot 2a) with equipment/infrastructure (Lot 2b) without equipment and infrastructure.

Lot 3 Facility lot which will be subdivided into Facility - including all equipment and consumables (Lot 3) and Lot 3+ which is all services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined (priced) at call off stage (Lot 3+) and cover the following disciplines:

Breast

Endoscopy (including Cystoscopy)

Neuroscience

Cardiac & Cardiac related Diagnostics

Gastroenterology

Ophthalmology

Cardiology & Cardiology related Diagnostics

General Surgery

Oral Maxillo Facial Surgery

CT Scanning

Gynaecology

Orthopaedic Surgery

Dermatology

MRI Scanning

Pain Management

Ear Nose & Throat (ENT)

Neurology & Neurology related Diagnostics

Non- Obstetric Ultrasound (NOUS)*

Plastic Surgery

Thoracic Ultrasound Diagnostics

Urology

Vascular

Along with the above there may also be additional disciplines added

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 2 - Insourcing

Lot No

2

two.2.2) Additional CPV code(s)

  • 85111100 - Surgical hospital services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The lot will be sub-divided into the following sub-lots;

Lot 2a the provision of insourcing with equipment/infrastructure.

Lot 2b the provision of insourcing without equipment/infrastructure.

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

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will be in place for four (4) years with an option to extend for up to an additional four (4) years.

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

two.2) Description

two.2.1) Title

Lot 3 - Facility

Lot No

3

two.2.2) Additional CPV code(s)

  • 85111100 - Surgical hospital services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The lot will be sub-divided into the following sub-lots;

Lot 3 - Facility - including all equipment and consumables

Lot 3+ all services covered under Lot 3 plus clinical staff, admin staff, high-cost consumables, and specialist equipment to be determined(priced) at call off stage.

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

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will be in place for four (4) years with an option to extend for up to an additional four (4) years.

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

two.2) Description

two.2.1) Title

Lot 1 - Outsourcing

Lot No

1

two.2.2) Additional CPV code(s)

  • 85111100 - Surgical hospital services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot is for the provision of outsourcing.

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

48

This contract is subject to renewal

Yes

Description of renewals

The Framework Agreement will be in place for four (4) years with an option to extend for up to an additional four (4) years.

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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Framework Agreement will be in place for four (4) years withan option to extend for up to an additional four (4) years. As this procurement falls under the Light Touch Regime, this allows a degree offlexibility to go beyond the PCR 2015 requirement of a maximum four (4) years for a standard Framework Agreement.

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: 2021/S 000-021942

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 November 2023

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

6 November 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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=122999.

Under the terms of this contract the successful supplier(s) will be required to deliver Social Value in support of the authority.

Under the terms of this contract the successful supplier(s)

To ensure this procurement captures the requirements relating to Social Value, bidders will be required to submit responses in relation to the following areas;

Well-Being of Future Generations Act

Foundational Economy

Carbon Footprint

More information around this will be provided in the tender documents.

The Framework will remain open throughout its lifetime to allow - on an annual basis - (i) new entrants to the market (prospective Bidders) to seek appointment onto the Framework, (ii) existing Framework Providers to seek appointment onto the Framework in relation to different, or additional Lots to those for which they were originally appointed onto the Framework and / or (iii) existing Framework

Providers can apply to adjust their Framework pricing.

Please see below for refresh dates

full bid submitted by November 2023 / appointment to framework 01/04/2024

full bid submitted by / appointment to framework 01/04/2025

full bid submitted by November 2025 / appointment to framework 01/04/2026

full bid submitted by November 2026 / appointment to framework 01/04/2027

full bid submitted by November 2027 / appointment to framework 01/04/2028

full bid submitted by November 2028 / appointment to framework 01/04/2029

full bid submitted by November 2029 / appointment to framework 01/04/2030

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at

https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=124142.

(WA Ref:124142)

The buyer considers that this contract is suitable for consortia.

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=135386

(WA Ref:135386)

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