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
Telephone
+44 2921508264
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
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
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
Provision of a Systemic Anti-Cancer Therapy (SACT) Compounding and Nursing Service
Reference number
VEL-OJEU-PROJECT_54813
two.1.2) Main CPV code
- 79624000 - Supply services of nursing personnel
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 Velindre NHS Trust who are seeking to award a contract for a Parenteral Systemic Anti-cancer Therapy (SACT) service. This service is to be provided on behalf of Velindre Cancer Centre which is part of Velindre University NHS Trust.
In recent years there has been a surge of new SACT approved by NICE / AWMSG, including immunotherapy to treat solid tumour cancers. This surge is associated with significant increased demand and associated pressure on resources, which will continue to grow as more drugs / indications are NICE approved. This requirement is to increase capacity in order to help meet SACT demand as required. The Medicines@Home Service, as part of the Pharmacy department at Velindre Cancer Centre, will operationally manage the service.
two.1.5) Estimated total value
Value excluding VAT: £8,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79624000 - Supply services of nursing personnel
- 75122000 - Administrative healthcare services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
The NHS Wales Shared Services Partnership, are acting on behalf of Velindre University NHS Trust who are seeking to establish a contract for a Parenteral Systemic Anti-cancer Therapy (SACT) service to be provided on behalf of Velindre Cancer Centre which is part of Velindre University NHS Trust.
The purpose is to provide SACT services on behalf of Velindre Cancer Centre (a division of Velindre University NHS Trust). This includes the nursing, compounding and facility to provide a SACT service.
In recent years there has been a surge of new SACT approved by NICE / AWMSG including immunotherapy to treat solid tumour cancers. This surge is associated with significant increased demand on service resource implications: i.e. medical, nursing and pharmacy staff which is expected to continue to grow as more drugs / indications are NICE approved.
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
60
This contract is subject to renewal
Yes
Description of renewals
Extension option of up to two years at the sole discretion of the Trust and is included in the 60 months duration above.
two.2.10) Information about variants
Variants will be accepted: Yes
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Bidder must be a member of the National Homecare Committee.
Bidder must have MHRA Whole Sales Dealers Licence.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 January 2024
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 January 2024
Local time
4:00pm
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 Velindre NHS Trust.
7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access itt_107325.
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=137355
(WA Ref:137355)
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
NHS 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.