Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Alder House, Alder Court
St Asaph
LL17 0JL
Contact
Gregg Roberts
Telephone
+44 1978291161
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
Access to the procurement documents is restricted. Further information can be obtained 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/
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
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
WAS-OJEU-57820 - 111 Roster Review
Reference number
WAS-OJEU-57820
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
Welsh Ambulance Services University NHS Trust are seeking an external provider to undertake a formal review of their 111 Roster.
two.1.5) Estimated total value
Value excluding VAT: £140,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79414000 - Human resources management consultancy services
- 72221000 - Business analysis consultancy services
- 79411000 - General management consultancy services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
WAST has agreed with its commissioners, in line with the JCC commissioning intentions, to engage an external provider to undertake a formal roster review. The overall objectives of the roster review are to:
-Ensure quality, safety and patient experience are at the heart of the review;
-Ensure staff well-being is at the heart of the review;
-Undertake an analysis of patient demand through the working week and at weekends to assist with demand forecasting and roster planning
-Review current staffing profiles;
-Advise on best practice shrinkage rates and other productivity measures;
-Collaboratively determine the performance parameters (quality & safety, staff well-being and productivity) for the review;
-Determine the optimal approach for servicing the patient demand pattern;
-Determine the staffing levels and mix required to meet demand within the identified optimal solution;
-Collaboratively agree and implement the solutions; and
-Undertake the review in a timely manner, in particular, the provision of information to support the analysis required.
-To assess the skill mix between call handlers and nurses and what would be ‘reasonable’ for NHS Wales based on practices across the UK
Information on current workforce, rota patterns, recruitment trajectories and performance will be provided by WAST. The provider will be required to work closely with WAST, including 111 clinical and operational leads, the 111 Head of Service, Assistant Director Operations (Integrated Care) and Assistant Director Commissioning & Performance. .
A formal report will be a key output of the review and the successful provider may be required to present their findings to key internal and external stakeholders e.g. WAST Executives and JCC commissioners.
Further Detail of the requirement is included in the specification which is uploaded in etenderwales.
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
4
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
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.6) Information about electronic auction
An electronic auction will be used
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
8 January 2025
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
8 January 2025
Local time
12:00pm
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
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=146264
(WA Ref:146264)
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