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

Community Based Pain Management Service for Betsi Cadwaladr University Local Health Board

  • First published: 10 December 2014
  • Last modified: 10 December 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-018369
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
10 December 2014
Deadline date:
08 January 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Betsi Cadwaladr University Health Board invites expressions of interest from suitably qualified organisations that could provide the specified service of Pain Management Services. The service provision will give the Health Board the necessary capacity to deliver 52 weeks referral to treatment (RTT) by March 2015. The service will provide a quality and safe Pain Management service for 100 patients in a community care setting for patients who are registered with Betsi Cadwaladr University Health Board (BCUHB) General Practitioners (GPs). The provision of a community chronic pain management service is to be provided on behalf of the Betsi Cadwaladr University Health Board in accordance with map of medicine pathways as a standard as approved by the British Pain Society (BPS). The successful provider will be expected to triage and undertake a community assessment, placing patients on the most appropriate clinical pathway. Implementation of this proposal will enable the realisation of the following objectives: - Reduction in clinical risks for patients with long waiting times - Improved access, equality and patient experience - Opportunity to pilot a community based pain management service - Opportunity to test alternative pain management configuration, which will support future configuration of local services to meet future demand - To deliver 52 weeks (Referral To Treatment)waiting times by March 2015 - To see and treat 100 patients by 31st March 2015. - To provide quality community based Pain Management services within BCUHB. - To provide services that comply with accepted best practice, relevant guidelines in clinical practice and robust governance arrangements. - To provide a complete holistic patient focussed care package; including information, advice and counselling - To ensure consistent and continuous care between health professionals, and effective and efficient communication. - To improve access and convenience for patients - To provide timely care and improve patient outcomes The successful provider will see and treat all patients by the 31st March 2015. CPV: 85323000, 85100000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Wales Procurement Services

4th Floor, Companies House

Crown Way, Cardiff

CF14 3UB

UK

Mrs Jannine Crees

+44 2920903881



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

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked 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

Community Based Pain Management Service for Betsi Cadwaladr University Local Health Board

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

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

Betsi Cadwaladr University Local Health Board



UKL

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)

Betsi Cadwaladr University Health Board invites expressions of interest from suitably qualified organisations that could provide the specified service of Pain Management Services.

The service provision will give the Health Board the necessary capacity to deliver 52 weeks referral to treatment (RTT) by March 2015.

The service will provide a quality and safe Pain Management service for 100 patients in a community care setting for patients who are registered with Betsi Cadwaladr University Health Board (BCUHB) General Practitioners (GPs).

The provision of a community chronic pain management service is to be provided on behalf of the Betsi Cadwaladr University Health Board in accordance with map of medicine pathways as a standard as approved by the British Pain Society (BPS). The successful provider will be expected to triage and undertake a community assessment, placing patients on the most appropriate clinical pathway.

Implementation of this proposal will enable the realisation of the following objectives:

- Reduction in clinical risks for patients with long waiting times

- Improved access, equality and patient experience

- Opportunity to pilot a community based pain management service

- Opportunity to test alternative pain management configuration, which will support future configuration of local services to meet future demand

- To deliver 52 weeks (Referral To Treatment)waiting times by March 2015

- To see and treat 100 patients by 31st March 2015.

- To provide quality community based Pain Management services within BCUHB.

- To provide services that comply with accepted best practice, relevant guidelines in clinical practice and robust governance arrangements.

- To provide a complete holistic patient focussed care package; including information, advice and counselling

- To ensure consistent and continuous care between health professionals, and effective and efficient communication.

- To improve access and convenience for patients

- To provide timely care and improve patient outcomes

The successful provider will see and treat all patients by the 31st March 2015.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=18369

II.1.6)

Common Procurement Vocabulary (CPV)

85323000
85100000

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

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

1. The service will be provided across the boundaries of the Betsi Cadwaladr University Health Board

The aim of the service is to:

2. The provider will be issued a minimum of 100 referrals by the commissioners. All patients must be seen and treated by the end of March 2015.

3. The provider will see and commence treatment for all patients before the end of March 2015. Patients will be provided with an individual care based on a holistic assessment of their clinical needs.

4. Individualised assessment must include a process of counselling and consent. Counselling and advice on Pain Management will also include a full range of information about access to other long term methods of pain management. This should include information on the advantages, disadvantages and relative failure rates of each method.

5. All verbal counseling will be supported by accurate, impartial printed or recorded information (in translation, where appropriate)

6. The provider will need to ensure that the counselling, information exchange, history and examination have been completed and be satisfied that the patient does not suffer from concurrent conditions which may require an additional or alternative procedure or precaution.

7. The provider will triage and mark all referrals accordingly (marking for routine and urgent)

8. The Provider will offer an appointment for the procedure no later than 6 weeks after initial triage.

II.2.2)

Options

Provisional timetable for recourse to these options

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 (ITT) documents.

III.1.2)

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

As set out in the ITT documents. Credit worthiness of the bidder will be assessed.

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 consortium or other group of more than one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the bidder is with a special purpose company with separate legal personality established for the purposes of tendering for the contract, the Contracting Authority will require sufficient guarantees to be given by participants in that company or their parents.

III.1.4)

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

Description of particular conditions: Contract Performance Management requirements as a monthly report will be required by Betsi Cadwaladr University Health Board

III.2)

Conditions for Participation

III.2.1)

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


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.2.2)

Economic and financial capacity


Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: As set out in the PQQ

Minimum level(s) of standards possibly required. As set out in the PQQ

Credit worthiness will be assessed.




III.2.3)

Technical capacity


Information and formalities necessary for evaluating if requirements are met: As set out in the PQQ

Minimum level(s) of standards possibly required. As set out in the PQQ




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

Yes

All Practitioners must have been appropriately trained to the required standards e.g. as advocated by Royal Colledge of Anaesthetist for doctors, and Royal College of Nursing, and Chartered Society of Physiotherapist standards

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

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

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

 08-01-2015  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 

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

The Contracting Authority is undertaking the procurement of the contract on behalf of: Betsi Cadwaladr University Health Board. The services to which this notice relates fall within Part B of Schedule 3, Part 10 of the Public Services Contracts Regulations 2006 (as amended) (the Regulations). Although the Contracting Authority may voluntarily adopt certain provisions in the Regulations for the purposes of, inter alia, applying selection criteria at PQQ stage, neither the publication of this voluntary notice nor the employment of any particular terminology nor any other indication shall be taken to mean that the Contracting Authority (or any of the NHS Wales bodies on whose behalf it is acting) intend to hold themselves bound by any of the Regulations save those applicable to part B services.

Bidders should note that they will be required to enter into terms and conditions as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.

The Contracting Authority will not accept completed PQQ's after the stated closing date.

All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

The Contracting Authority reserves the right to conclude the contract in whole, in part or annul the tendering process.

All documents to be priced (where applicable) in sterling and all payments made in sterling.

In relation to Section II.1.9 above, variants will be accepted to the extent permitted in the tender documentation (if at all).

The tendering process will be undertaken in part via electronic means using the Bravo e-tendering system.

The initial term of the contract will be 9 months.

(WA Ref:18369)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: Bidders should consult their legal advisor. The Contracting Authority will, on a voluntary basis, allow for a minimum 10 calendar day standstill period between notifying the award decision and concluding the contract.

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 10-12-2014

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



NHS Wales Procurement Services

4th Floor, Companies House

Crown Way, Cardiff

CF14 3UB

UK


+44 2920903881


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

II)

Address and contact points from which specifications and additional documentation may be obtained



NHS Wales Procurement Services

4th Floor, Companies House

Crown Way, Cardiff

CF14 3UB

UK


+44 2920903881


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

III)

Address and contact points to which Tenders/Requests to Participate must be sent



NHS Wales Procurement Services

4th Floor, Companies House

Crown Way, Cardiff

CF14 3UB

UK


+44 2920903881


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

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85100000 Health services Health and social work services

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham
1012 Gwynedd
1011 Isle of Anglesey

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:
10 December 2014
Deadline date:
08 January 2015 00:00
Notice type:
Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
27 March 2015
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:
N/a
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.