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
Contact person: Paul Thomas
Telephone: +44 2920902255
E-mail: Paul.Thomas4@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
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk
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
Invitation to Tender for Requirement for the Delivery of a Post-registration Foundation Training programme for new pharmacist registrants from September 2022
Reference number: HEIW-FTS-47927
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
HEIW is seeking to commission delivery of a training programme for post-registration foundation pharmacists in Wales. The programme is non- mandated and will provide a career pathway and required transition for emerging new registrants from September 2022 to July 2026 to achieve IP status alongside gaining an RPS credential. This credential will offer recognition of competence at an early career stage, for all employers irrespective of sector of practice and facilitating the pathway to RPS advanced practice.
The programme delivered will be required to meet the learning outcomes of the RPS post-registration foundation pharmacist curriculum. The final curriculum will be published in August 2021.
The RPS curriculum supports the transition to the revised GPhC standards for IETP over the next 5 years. As the implementation of these educational reforms progress, it is anticipated that elements of the clinical content of this curriculum, mainly prescribing, will be phased into the initial education and training period i.e. years 1-5. The clinical content within the post-registration foundation phase will therefore change to support new prescribers develop their confidence, competence and extend their scope of practice and the changes will need to be accommodated within the programme commissioned by HEIW as it transitions towards 2026.
II.1.5) Estimated total value
Value excluding VAT:
2 100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Throughout Wales
II.2.4) Description of the procurement
HEIW is seeking to commission delivery of a training programme for post-registration foundation pharmacists in Wales. The programme is non- mandated and will provide a career pathway and required transition for emerging new registrants from September 2022 to July 2026 to achieve IP status alongside gaining an RPS credential. This credential will offer recognition of competence at an early career stage, for all employers irrespective of sector of practice and facilitating the pathway to RPS advanced practice.
The programme delivered will be required to meet the learning outcomes of the RPS post-registration foundation pharmacist curriculum. The final curriculum will be published in August 2021.
The RPS curriculum supports the transition to the revised GPhC standards for IETP over the next 5 years. As the implementation of these educational reforms progress, it is anticipated that elements of the clinical content of this curriculum, mainly prescribing, will be phased into the initial education and training period i.e. years 1-5. The clinical content within the post-registration foundation phase will therefore change to support new prescribers develop their confidence, competence and extend their scope of practice and the changes will need to be accommodated within the programme commissioned by HEIW as it transitions towards 2026.
II.2.5) Award criteria
Criteria below:
Quality criterion: Programme Delivery
/ Weighting: 2%
Quality criterion: Deliverability
/ Weighting: 26%
Quality criterion: Context
/ Weighting: 18%
Quality criterion: Timescale
/ Weighting: 5%
Quality criterion: Content Delivery
/ Weighting: 19%
Price
/ Weighting:
30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: Yes
Description of renewals:
1 +1 annual intakes to the maximum of 30 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:
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
II.2.14) Additional information
Contract will be to cover a maximum of 4 Annual intakes of students. Each intake is estimated at 18 months each.
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:
Please see Tender documentation
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.2.2) Contract performance conditions
Please see Tender documentation
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-009885
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/09/2021
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:
28/02/2022
IV.2.7) Conditions for opening of tenders
Date:
14/09/2021
Local time: 12:00
Place:
Bravo E tender Wales
Information about authorised persons and opening procedure:
Paul Thomas / Melissa Bridgeman
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Please refer to Tender documentation in Bravo Etender Wales
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=112907
(WA Ref:112907)
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
03/08/2021