Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

All Wales NHS Point of Care Testing Solution

  • First published: 16 December 2015
  • Last modified: 16 December 2015

Contents

Summary

OCID:
ocds-kuma6s-037169
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
16 December 2015
Deadline date:
22 January 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

To deliver an All Wales NHS Point of Care Testing Solution to Health Boards across NHS Wales via a phased deployment approach commencing in April 2016. CPV: 48000000, 48180000, 48814000, 48814100, 48814200, 48814400, 48822000, 48332000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Velindre NHS Trust (as hosts of the NHS Wales Informatics Service)

Ty Glan-yr-Afon, 21 Cowbridge Road East

Cardiff

CF11 9AD

UK

Matthew Perrott

+44 1656778852

matthew.perrott@wales.nhs.uk


http://www.procurement.wales.nhs.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

All Wales NHS Point of Care Testing Solution

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance

Various sites within Wales, as set out in the contract documents



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

To deliver an All Wales NHS Point of Care Testing Solution to Health Boards across NHS Wales via a phased deployment approach commencing in April 2016.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=37169.

II.1.6)

Common Procurement Vocabulary (CPV)

48000000
48180000
48814000
48814100
48814200
48814400
48822000
48332000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Awarding Authority seeks an IT based solution in respect of an All Wales NHS Point of Care Testing Software Solution and related Hardware requirement. The solution to be provided must be a Commercial off the shelf solution (COTS). The provider’s solution must be capable of supporting the deployment of a scalable system within a national environment and which needs to connect to an increasing number of devices throughout the term of the Agreement. The Contractor will be required to provide and manage the hardware: it will be hosted within the Authority’s Data Centre(s) so that the application can be run on a national basis.

It must meet the following strategic benefits:

- Increase patient safety through capacity to undertake audit

- Quality checking of results by Point of Care Coordinators in laboratories

- Improved access to diagnostic information

- All appropriate POCT results recorded and appended to patient record (via data transfer to the Wales Clinical Portal)

- Patient confidence increased through electronic data capture thereby reducing transcription errors

- A single, independent and centralised POCT process to enhance national standardisation across Wales

- Adhering to legal requirements via improved data integrity fulfilling national POCT guidelines

- Must deliver appropriate quality management of POCT devices and the use of POCT devices

- A solution which delivers appropriate quality management of POCT devices and the use of POCT devices across NHS Wales

- Health system efficiencies increased

It is anticipated that the solution will require phased implementation across NHS organisations as set out in the proposed Implementation Plan in the URS requirements and Terms and Conditions of Contract documentation. It is anticipated that the timescales for implementation will be 12 months from contract award.

Functionality of the solution will be required to support (without limitation) the clinical and administrative processes carried out by the Points of Care Coordinators at each Health Board. Further details of the requirements will be outlined in the pre-qualification and subsequent tender documentation accompanying this notice.

15000001700000
GBP

II.2.2)

Options

The initial agreement period will be for 7 years with an option to extend for a further 3 years in increments of 1 year. The maximum term of this Agreement shall be for 10 years.

Provisional timetable for recourse to these options

120

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As set out in the Invitation to tender documents. The Contracting Authority reserves the right to request parent company and/or other guarantees of financial liability.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the Invitation to Tender documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

None specified save that in the case of a partnership or consortia or other groups of more than one legal entity, liability shall be joint and several. In the case of consortia, one party must act as a prime contractor.

III.1.4)

Other particular conditions to which the performance of the contract is subject

As indicated in the Invitation to Tender documents and the Terms and Conditions of Contract/contract schedules.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


As set out in the Invitation to Tender documents.

III.2.2)

Economic and financial capacity


As set out in the Invitation to Tender documents.



As set out in the Invitation to Tender documents.


III.2.3)

Technical capacity


As set out in the Invitation to Tender documents.



As set out in the Invitation to Tender documents.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

P384

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 22-01-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

 28-10-2016

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express

Interest in this Tender:

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. To Express an Interest in the tender (Project Code: 31848) - Login 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 into 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 onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & 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 help desk.

For the avoidance of doubt, as this procurement is being run under the Open Procedure, there is no limit to the number of operators who may respond or that will be taken forward to have its bid evaluated, should it pass all selection criteria as stated in the Invitation to Tender documents.

(WA Ref:37169)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 16-12-2015

Coding

Commodity categories

ID Title Parent category
48814400 Clinical information system Medical information systems
48822000 Computer servers Servers
48814000 Medical information systems Information systems
48180000 Medical software package Industry specific software package
48814100 Nursing information system Medical information systems
48814200 Patient-administration system Medical information systems
48332000 Scheduling software package Scheduling and productivity software package
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
16 December 2015
Deadline date:
22 January 2016 00:00
Notice type:
Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
02 November 2016
Notice type:
Contract Award Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
matthew.perrott@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.