Tender

All Wales Patient Reported Outcome Measures Solution (PROMS)

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

F02: Contract notice

Notice identifier: 2022/S 000-031093

Procurement identifier (OCID): ocds-h6vhtk-037ecd

Published 3 November 2022, 2:07pm



Section one: Contracting authority

one.1) Name and addresses

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

Procurement Services, Cardiff and Vale University Local Health Board, Woodlands House, 2nd Floor, Maes-Y-Coed Road,

Cardiff

CF14 4HH

Contact

Emma Lane

Email

emma.lane@wales.nhs.uk

Telephone

+44 02921508264

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://www.etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.etenderwales.bravosolution.co.uk

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

All Wales Patient Reported Outcome Measures Solution (PROMS)

Reference number

CAV-OJEU-PROJECT51721

two.1.2) Main CPV code

  • 72222300 - Information technology services

two.1.3) Type of contract

Services

two.1.4) Short description

The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust are acting on behalf of all Health Boards/Trusts in Wales in seeking to put in place an All Wales Patient Reported Outcome Measures Solution Framework.

PROM measures a patient’s health status or health-treated quality of life at a single point in time and are collected through self-completed questionnaire (proforma) or a set of questionnaires. Each Health Board and Trust are pursuant of delivering a VBHC agenda and this is supported at a national level via the Welsh Value in Health Centre (WViHC).

The national requirement is to deliver a PROMs service in a consistent and standard manner that supports Health Boards and Trusts local requirements, whilst also supporting the Welsh Value in Health Centre national programme agenda. These are described in terms of goals, scenarios and functional requirements underpinned by standards (data, processes, and interoperability).

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72222300 - Information technology services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Value in healthcare (VBHC) is realised when we achieve the best possible healthcare outcomes for our population with the resources that we have. These outcomes should be comparable with the best in the world, and Prudent Healthcare has already provided a strong foundation for healthcare improvement in Wales. Changes in health are important milestones in the lives of patients and we should use Patient Reported Outcome Measures (PROMs) to measure them.

Each Health Board and Trust are pursuant of delivering a VBHC agenda and this is supported at a national level via the Welsh Value in Health Centre (WViHC). The WViHC agenda for PROMs is to ensure the standard and consistent collection of data across all NHS organisations aligned to the PROMs Standard Operating Model (PSOM). Each Health Board and Trust is at different levels of maturity in their collection and processing of PROMs.

The national requirement is to deliver a PROMs service in a consistent and standard manner that supports Health Boards and Trusts local requirements, whilst also supporting the Welsh Value in Health Centre national programme agenda.

As such, NWSSP - Procurement Services are seeking to award a unranked framework with 5 providers for a period of three years with an option to extend for a year.

For further details please view the specification and tender documents via the e-tenderwales portal.

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

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.1.2) 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

Envisaged maximum number of participants to the framework agreement: 5

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

5 December 2022

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

5 December 2022

Local time

2:00pm

Place

electronic system


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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 any 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. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of all Health Boards/Trusts in this Procurement.

7. To access the tender documents, please visit the Bravo Solutions etenderwales website under itt_98968

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=126233

(WA Ref:126233)

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

HS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful.

Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015.