- 1. Digital Health and Care Wales ("DHCW")
- 2. Aneurin Bevan University Health Board
- 3. Betsi Cadwaladar University Health Board
- 4. Cardiff and Vale University Health Board
- 5. Cwm Taf Morgannwg University Health Board
- 6. Hywel Dda University Health Board
- 7. Powys Teaching Health Board
- 8. Public Health Wales NHS Trust
- 9. Swansea Bay University Health Board
- 10. Velindre University NHS Trust
- 11. Welsh Ambulance Service NHS Trust
Section one: Contracting authority
one.1) Name and addresses
Digital Health and Care Wales ("DHCW")
Ty Glan-yr-Afon, 21 Cowbridge Road East
Cardiff
CF11 9AD
Telephone
+44 2920502109
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
one.1) Name and addresses
Aneurin Bevan University Health Board
St Cadoc's Hospital, Lodge Road, Caerleon
Newport
NP18 3XQ
Contact
Rob Type
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Betsi Cadwaladar University Health Board
Ysbyty Gwynedd, Penrhosgarnedd
Bangor
LL57 2PW
Contact
Simon Whitehead
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Cardiff and Vale University Health Board
University Hospital of Wales, Heath Park
Cardiff
CF14 4XW
Contact
Claire Salisbury
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Cwm Taf Morgannwg University Health Board
Ynysmeurig House, Navigation Park
Abercynon
CF45 4SN
Contact
Esther Price
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Hywel Dda University Health Board
Prince Philip Hospital, Bryngwyn Mawr, Llanelli
Carmarthenshire
SA14 8QF
Contact
Alan Binks
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Powys Teaching Health Board
Neuadd Bryncheiniog, Cambrian Way
Brecon
LD3 7HR
Contact
Simon Whitehead
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Public Health Wales NHS Trust
2 Capital Quarter
Cardiff
CF10 4BZ
Contact
Christine Thorne
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Swansea Bay University Health Board
One Talbot Gateway, Baglan Energy Park, Baglan
Port Talbot
SA12 7BR
Contact
Keir Warner
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Velindre University NHS Trust
Unit 2, Charnwood Court, Parc Nantgarw, Nantgarw
Cardiff
CF15 7QZ
Contact
Christine Thorne
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Welsh Ambulance Service NHS Trust
Trust Headquarters, HM Stanley Hospital
St Asaph, Denbighshire
LL17 0RS
Contact
Simon Whitehead
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
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
www.etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Radiology Informatics System Procurement ("RISP")
Reference number
P213.02
two.1.2) Main CPV code
- 48329000 - Imaging and archiving system
two.1.3) Type of contract
Supplies
two.1.4) Short description
Digital Health and Care Wales ("DHCW") is seeking to procure a Radiology Informatics System for NHS Wales. The system will be required to support all Services within the “footprint” of the current Imaging service. This includes systems and services that collectively deliver an end-to-end technical solution to support modernisation and innovation of imaging services.
two.1.5) Estimated total value
Value excluding VAT: £56,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48329000 - Imaging and archiving system
- 48000000 - Software package and information systems
- 48814400 - Clinical information system
- 48180000 - Medical software package
- 48814000 - Medical information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
All sites within the geographical region of NHS Wales and the Health Boards or Trusts within Wales.
two.2.4) Description of the procurement
DHCW is seeking to procure a Radiology Informatics System for NHS Wales. The system will be required to support all Services within the “footprint” of the current Imaging service. This includes systems and services that collectively deliver an end-to-end technical solution to support modernisation and innovation of imaging services. The core scope includes:
- End to End Radiology Solution – A modular, paperless end to end solution with Radiology Information System (“RIS”) and Picture Archiving and Communication System (“PACS”) functionality to support “receipt of request to publishing of the result and receipt of acknowledgement”
- Patient Dose Monitoring System (“PDMS”)
- Electronic requesting and results acknowledgement will be explored as an option in the event that the Welsh Clinical Portal (“WCP”) cannot be developed to meet the requirements of Imaging services in line with the programme’s timeline
- The contract will be for a managed end-to-end service delivery, with the Supplier responsible for all aspects of the solution and its ongoing performance over the life of the contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £56,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract will include the option to extend for a further two (2) years, exercised in annual increments
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
The Authority intends to invite appropriate candidates to participate in the dialogue on the basis of the ranking of
their responses to the pre-qualification stage (reduce to 6 suppliers) and the invitation to participate in dialogue
stage (reduce to 3 suppliers) in accordance with the criteria and processes set out in the tender documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority may purchase from the successful bidder software for electronic test requesting and other imaging related services.
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.2.14) Additional information
Please Note: The contract value of 56000000 is for the initial 5 year contract and the optional 2 year extension.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
A draft set of terms and conditions (Master Services Agreement "MSA") are provided in the pre-qualification
questionnaire document set.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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
7 February 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 February 2022
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: 18 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Renewal estimated to be 2030
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
The contracting authority will not accept completed pre-qualification questionnaires after the stated closing date.
All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
The contracting authority reserves the right to award the contract in whole, in part or annul the tendering
process and not award any contract.
The contracting authority reserves the right to increase the number of responses selected for an invitation to
participate in dialogue in the circumstances set out in the PQQ.
All documents to be priced in sterling and all payments made in sterling.
The tendering process may be undertaken in part via electronic means using the Bravo e-tendering system.
Bidders are to note that in the event that the bidder is long-listed to the ITPD stage of the procurement the
authority intends that the bidder submits one strategic solution only in relation to their proposal.
This contract is being procured by the awarding authority for and on behalf of other NHS Bodies in Wales.
Further details of such NHS Bodies are available at: www.wales.nhs.uk/nhswalesaboutus/structure, and include
(without limitation) the 7 Local Health Boards and the 3 NHS Trusts in Wales.
The official identity of the contracting authority will be clarified with the Welsh Government and bidders will be
advised accordingly following the official announcement of the identity of the organisation to succeed the NHS
Wales Informatics Services, as hosted by Velindre University NHS Trust.
Instructions on how to participate in this tender opportunity. It is proposed to run a competitive dialogue
procedure with a pre-qualification questionnaire (PQQ). To complete your response, please access the PQQ via
the Bravo eTenderWales portal where you will find the PQQ and the tender documentation,reference-Project
Ref to be confirmed as per the instructions below.
1) Register your company on the eSourcing portal (this is only required once).
— browse to the eSourcing portal: https://etenderwales.bravosolution.co.uk/ and click the link to register
— accept the terms and conditions and click ‘continue’
— enter your correct business and user details,
— note the username you chose and click ‘save’ when complete
- you will shortly receive an email with your unique password (please keep this secure).
2) Express an Interest in the tender
— log in to the portal with the username/password,
— click the ‘PQQs/ITTs open to all suppliers’ link.(these are pre-qualification questionnaires or invitations to
tender open to any registered supplier),
— click on the relevant PQQ/ITT to access the content,
— click the ‘express interest’ button at the top of the page,
— this will move the PQQ/ITT in to your ‘my PQQs/my ITTs’ page. (This is a secure area reserved for your
projects only)
— you can now access any attachments by clicking ‘buyer attachments’ in the ‘PQQ/ITT details’ box.
3) Responding to the tender
— click ‘my response’ under ‘PQQ/ITT details’, you can choose to ‘create response’ or to ‘decline to
respond’ (please give a reason if declining),
— you can now use the ‘messages’ function to communicate with the buyer and seek any clarification,
— note the deadline for completion, then follow the on screen instructions to complete the PQQ/ITT,
— there may be a mixture of online and offline actions for you to perform (there is detailed online help
available). You must then submit your reply using the ‘submit response’ button at the top of the page. If you
require any further assistance please consult the online help, or contact the eTendering helpdesk.
Note: the authority is using eTenderwales to carry out this procurement process.
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=114834
(WA Ref:114834)
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