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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityCommunity 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 contract25 |
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
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 scope1. 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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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
|
|
|
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
|
|
|
|
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
|
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 |
|