Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
NHS Wales Shared Services Partnership
Procurement Department, Cardiff and Vale University Local Health Board, Brecknock House, 8th Floor, University Hospital of Wales, Heath Park
Cardiff
CF14 4XW
UK
Telephone: +44 0290746363
E-mail: emma.lane@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Partner to Keep Our Patients Safe and Well Next Winter
Reference number: CAV-STA-PROJECT
II.1.2) Main CPV code
72222300
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Wales Shared Services Partnership wish to inform the market that they have awarded a contract for Partner to Keep Our Patients Safe and Well Next Winter
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
4 482 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72222300
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
NHS Wales Shared Services Partnership, on behalf of Cardiff and Vale University Local Health Board wish to inform the market that they intend to award a primary three year contract with option to extend for up to a further twenty four months for a Partner to Keep Our Patients Safe and Well Next Winter.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The procurement falls outside the scope of application of the Directive
Explanation
The Health Board (HB) are committed to accelerating the transformation of their unscheduled care system. In line with their strategy and to achieve these ambitions the HB sought a partner with a proven track record of supporting integrated health organisations successfully to deliver sustained transformational improvement in the unscheduled care domain. A competitive tender process was issued in May 2018 resulting in a contract award to Lightfoot Solutions.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 111-273454
Section V: Award of contract
Contract No: CAV-STA-PROJECT
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/07/2019
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Lightfoot Solutions
Richmond House, Oldbury
Bracknell
RG12 8TQ
UK
Telephone: +44 01344350428
NUTS: UKJ11
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 4 482 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Lightfoot has become the Health Board’s partner in developing and supporting scaling change through the use of data in a single exclusive platform which provides a unique offering which is detailed as follows;
1. Lightfoot has extensive technical experience in linking together health system datasets from many different sources to provide a timeseries flow view of the patient journey through the whole health system. This automatically refreshes daily for operational use and would take most organisations many months/years to build this facility/capability.
2. Unique Statistical Process Control (SPC) insights from signalsfromnoise (sfn):
a. The SPC visualisation of data is different from traditional reporting tools and is the only operational enterprise-wide platform automatically generating and distributing SPC charts and visualised views of cross system patient journeys.
b. The charts have a unique capability, in that they can provide trended and cyclical views of data which also include predictive analytics.
c. This allows SPC views of patient flow across departments, organisations and multiple organisations, in one single environment, with a live drill down capability to answer any questions across all of the data sets. This is patented in North America and applied for in Europe.
3. Common analytical platform to Canterbury District Health Board: The HB have developed a learning alliance with Canterbury DHB NZ using Lightfoot’s sfn system, enabling comparison analytics between the different systems, departments, patient journeys and clinical cohorts to inform best practice and opportunities for improvement.
4. Live drilldown and clinical challenge: During playback workshops sfn’s instant drilldown capability allows clinicians to ask and answer live “why” questions without the need for further report writing.
5. Live initiative monitoring: The sfn platform is updated with frequent uploads of data allowing it to become the HB’s initiative, monitoring and tracking tool.
6. Outcomes and Quality and Safety Frameworks: The sfn platform provides the option to link to a Canterbury-style outcomes framework in order to connect the HB’s strategic vision to patient outcomes.
The recent delivery workstreams have enabled the HB to test and experience in a live operational application sfn and the implementation methodology, and would now like to take this wider than the initial work. Due to this requirement and the uniqueness of the platform, a three to five year partnership is necessary to give the Health Board the time to continue to develop and embed the approach, grow the capability and capacity, so that we can sustain this in the long term.
In addition, there are a number of implications on the Health Board in regards to time, resource and finances if a contract could not be agreed with Lightfoot, these are;
1. Lightfoot’s system and data is their intellectual property and as such, this would not be transferable.
2. The organisation implication in the reinvestment of HB resources to implement this live system again would be highly significant and detrimental to clinical time and would seriously impact the project progress.
3. Financial investment by the HB has been agreed, however, costs would significantly increase if implementation had to be re-engineered.
(WA Ref:94964)
VI.4) Procedures for review
VI.4.1) Review body
NHS Wales Shared Services Partnership
Cardiff
UK
Internet address(es)
URL: http://www.procurement.wales.nhs.uk
VI.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 2015 (Amendments).
VI.5) Date of dispatch of this notice
19/08/2019