Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Contact
Gareth Rees
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
Primary Care Workforce Intelligence System
Reference number
AW079
two.1.2) Main CPV code
- 72212780 - System, storage and content management software development services
two.1.3) Type of contract
Services
two.1.4) Short description
The Primary Care Workforce Intelligence System will bring together existing service requirements, operated by the NHS Wales Shared Service Partnership (NWSSP), into a single integrated solution to manage the provision of primary and community care workforce information, the Medical Performers List (MPL), Ophthalmic Performers List (OPL), Dental Performers List (DPL) and All Wales Pharmacy Database (AWPD) and Declarations of Interest.
The existing primary care workforce tool (Wales National Workforce and Reporting System) currently enables identification of registered professions and all multi-disciplinary roles employed or working in the primary and community care sector. The data demographics and reporting are essential enablers to strategic workforce planning and integration with key requirements of General Medical Practice Indemnity, Locum Hub Wales and performers list governance . It is currently made up of two modules, data entry and reporting.
The Medical Performers List (MPL), Ophthalmic Performers List (OPL), Dental Performers List (DPL) and All Wales Pharmacy Database (AWPD) record the eligibility of clinical professionals (performers) in Wales to provide NHS services in each of the disciplines named above. In addition, they record the details of the performers’ employer organisations (providers) i.e. those that hold contracts to provide NHS primary care services to Health Boards e.g. GP, dental and ophthalmic practices and community pharmacies. Applications for inclusion in the lists, maintenance of the lists and maintenance of contracted providers information is managed on behalf of Health Boards by NWSSP, Primary Care Services division (PCS). Legacy IT solutions currently underpin this process.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
This procurement seeks the provision of a fully integrated replacement Primary Care Workforce Intelligence System that offers a sustainable electronic platform driven by user self-service with integration of processes between applicants, performers, and health professionals in medical, dental, ophthalmic and community pharmacy practices the NHS Wales Shared Services Partnership and Health Boards. The solution will also:
- Provide data integration links to other dependent services within NWSSP, Welsh Government and other external bodies.
- Meet the provisions of the relevant legislation
- Comply with the appropriate public sector digital solution standards.
- Manage the process of on-boarding and accrediting primary care performers and contractors.
- Manage the life-cycle of the Primary and Community Care workforce with an emphasis on self service.
- Meet open architecture standards in order to interface with solutions that depend on primary and community care information.
- Compatible with Microsoft Office 365.
- Drive paperless or paper-light processes.
- Monitor service delivery against SLA provisions.
- Deliver flexible reporting functionality with an emphasis on user-configurable self-service reporting for stakeholders.
- Cater for data migration from the existing system.
- Meet defined availability, capacity and change criteria.
- Meet defined incident management criteria.
- Meet relevant IT Security and Information Governance standards.
- Service availability to be 365 days per year, 24 hours per day.
- A bi-lingual platform for Welsh and English to comply with the Welsh Language Act 1993.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Optional extensions as described in II.2.11 below. Agreement will either be extended or a new procurement strategy developed.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Optional extension for a further 24 months
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
This contract will cover the following organisations:
NHS Wales Shared Service Partnership on behalf of:
Aneurin Bevan University Health Board.
Betsi Cadwaladr University Health Board.
Cwm Taf Morgannwg University Health Board.
Cardiff & Vale University Health Board.
Hywel Dda University Health Board.
Powys Teaching Health Board Swansea Bay University Health Board.
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.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the tender 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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 022-121926
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 January 2023
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Tender documents detailing the full specification and documents required to tender can be found at https://etenderwales.bravosolution.co.uk/web/login.shtml
ITT Code: 100051
(WA Ref:127552)
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