Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000257095
E-mail: CPSProcurementAdvice@gov.wales
NUTS: UKL
Internet address(es)
Main address: https://gov.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Wales NHS and Social Care Mental Health of the Workforce Support Services
Reference number: C040/2021/2022
II.1.2) Main CPV code
85312300
II.1.3) Type of contract
Services
II.1.4) Short description
We wish to procure a contract to deliver free at point of access service that provides signposting and access to a tiered model of mental health support and psychological treatment for the NHS and Social Care workforce in Wales.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
4 490 617.21
GBP
II.2) Description
II.2.2) Additional CPV code(s)
85312300
85312320
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
We wish to procure a contract to deliver free at point of access service that provides signposting and access to a tiered model of mental health support and psychological treatment for the NHS and Social Care workforce in Wales.
To provide support to those with acute symptoms such as feeling overwhelmed and distressed or having difficulties managing the various challenges that the pandemic has brought; those developing symptoms of anxiety and depression, alcohol use disorder, as well as longer term effects such as Post-traumatic Stress Disorder (PTSD). The aim is to develop a delivery model that is scaled to meet the mental health needs of both the NHS and Social Care workforce over the longer term.
The successful bidder will need to provide a service where clients can make contact through both telephone and electronically. A relevant risk assessment must be carried out and we would require that individuals are directed to an advisor who would be able to triage their need and signpost them on to one or more of the following contract services:
- Self-Help: sign-posting to numerous mobile applications, self-help guides, virtual groups and other services.
- Guided Self-Help: Following initial consultations individuals will be directed to specific Self-help materials. As appropriate a follow-up consultation will review the need for additional support.
- Peer Support: This would require giving access to volunteer peer-support providers.
- Virtual face to face consultations: This would require individuals to receive up to eight sessions of CBT from a BABCP accredited therapist.
- Alcohol and Substance Misuse Service: We require that individuals are supported through a specialist assessment and provided with advice on onward interventions where appropriate.
- We recognise that an individual's mental health can be affected by many aspects of their personal and professional lives. We require the successful bidder to offer support to those experiencing challenges with relationships, finance, housing, working environments as well as other difficulties.
Where an individual presents with more complex needs, we require that cognitive therapies be rapidly accessed and tailored to the needs of each individual following a risk assessment process. Therapists should be BABCP accredited.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
as stated in the procurement documents
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
The initial contract term is 3 years, an option to extend the contract by an additional 2 years is available to the Client. The estimated maximum contact value stated in this notice is for the initial 3 year contract term. An additional up to GBP 3,000,000 may be available for the optional extension period, up to GBP 1,500,000 per annum.
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 000-022267
Section V: Award of contract
Contract No: C040/2021/2022
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/12/2021
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Heath for Health Professionals Wales
Hadyn Ellis Building, Maindy Road
Cardiff
CF244HQ
UK
Telephone: +44 7790704869
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 4 490 617.21
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The estimated contract value for the initial 3 year contract term is GBP 4.5 million and approximately GBP 3 million should the extension be utilised.
(WA Ref:117094)
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
04/01/2022