Tender

Primary Care Workforce Intelligence System

  • NHS Wales Shared Services Partnership

F02: Contract notice

Notice identifier: 2022/S 000-036131

Procurement identifier (OCID): ocds-h6vhtk-039322

Published 21 December 2022, 8:52am



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

Email

gareth.rees9@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.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