Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Telephone: +44 1443848585
E-mail: sarah.muir@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
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
Psychosocial Substance Misuse Service - HMP & YOI Parc Prison
Reference number: T897
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
This contract is for a Psychosocial Substance Misuse Service within of HMP & YOI Parc Prison. The purpose of this service is to provide psychosocial interventions to prisoners and children within HMP & YOI Parc Prison. The service provides assessment, stabilisation and assisted withdrawal for people with substance misuse problems.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
75231230
85100000
II.2.3) Place of performance
NUTS code:
UKL
UKL17
Main site or place of performance:
HM Parc Prison, Bridgend
II.2.4) Description of the procurement
In 2020 His Majesty’s Prison & Probation Service and Welsh Government gave clear direction that their preference was for Cwm Taf Morgannwg University Health Board to become the provider of all primary healthcare services to the adults and children of HMP & YOI Parc. The purpose of healthcare in prisons and YOIs is to provide an excellent, safe, and effective service to all ensuring access to and the quality of services delivered is of an equivalent standard to that of the community, both in terms of range of interventions available to them which meet their needs and the quality and standards of those interventions, in order to reduce health inequalities between people in prison and in the wider community.
One of the clinical services that Cwm Taf Morgannwg University Health Board took responsibility for is the Psychosocial Substance Misuse Service. The purpose of this service is to provide psychosocial interventions to prisoners and children within HMP & YOI Parc Prison. The service provides assessment, stabilisation and assisted withdrawal for people with substance misuse problems.
II.2.5) Award criteria
Criteria below:
Quality criterion: Aims of Service
/ Weighting: 20
Quality criterion: Service Delivery
/ Weighting: 20
Quality criterion: Reporting Data
/ Weighting: 10
Quality criterion: Professional Service
/ Weighting: 10
Quality criterion: Investigations, Complaints & Monitoring
/ Weighting: 5
Quality criterion: Stakeholder Engagement
/ Weighting: 10
Quality criterion: Monitoring and Reporting
/ Weighting: 10
Quality criterion: Well Being of Future Generations Act
/ Weighting: 5
Quality criterion: Foundational Economy
/ Weighting: 5
Quality criterion: Carbon Footprint
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
16/06/2023
End:
15/06/2025
This contract is subject to renewal: Yes
Description of renewals:
Option to extend contract for a further 12 months
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend contract for a further 12 months between 16th June 2025 - 15th June 2026
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The staff employed to deliver this service must:
-Have the right to work in the United Kingdom
-Have appropriate indemnity insurance
-Must undertake CTC vetting and be cleared to Cwm Taff Morgannwg UHB and Home Office standards
-Provide evidence of mandatory training – specifically Safeguarding adults and children
-Must be cleared to the correct security level and be aware and adhere to the security requirements of the establishment
-Conform to the relevant Detention Service Orders and Instructions
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/05/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
15/11/2023
IV.2.7) Conditions for opening of tenders
Date:
17/05/2023
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
April 2026
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=130768
(WA Ref:130768)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
19/04/2023