Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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: Rhian.williams55@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.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Pharmacy Access to Programme
Reference number: HEIW-ITT-49366
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Health Education and Improvement Wales (HEIW) is a Special Health Authority and sits alongside Health Boards and Trusts. HEIW have a leading role in the education, training, development, and shaping of the healthcare workforce, supporting high-quality care for the people of Wales.
HEIW are an approved City and Guilds centre for the delivery of the PRPT Programme across Wales; the PRPT Programme is funded and delivered through an apprenticeship framework by the Welsh Government (WG). HEIW are seeking a provider(s) to fulfil a need for delivery of one or more qualifications, being GCSE or level 2 equivalent, which will allow candidates to meet the compulsory entry criteria for the HEIW Modern Apprentice Pre-Registration Pharmacy Technician Training Programme (PRPT).
The compulsory entry criteria of the PRPT are for individuals to hold a minimum of 4 GCSE’s at grade C or above (or level 2 equivalent) including English, Maths, Science and also offer Digital Literacy.
HEIW are looking for a provider that will be able to provide the above qualifications as detailed in the Instruction To Bidder documentation.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.2) Description
Lot No: 1
II.2.1) Title
Face to Face Delivery
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Face to Face Delivery - Lot 1 is further broken down into geographical sub-lots (therefore requiring face to face learning takes place within the geographical boundary of the Health Board) as demonstrated under table 1 below. The Contractor(s) will therefore be required to deliver education and training Services within the Geographic Boundaries of the Sub-lot(s) they are bidding for. It is the Contracting Authority’s intention to award one Contract per Sub-lot and as appropriate, Accordingly, each Sub-lot will be evaluated separately.
II.2.5) Award criteria
Quality criterion: technical
/ Weighting: 75
Price
/ Weighting:
25
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
Lot No: 2
II.2.1) Title
Distance Learning
II.2.2) Additional CPV code(s)
80100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Distance Learning - The Contractor is required to deliver the required qualification of Synchronous Learning and Asynchronous Learning to support those employed within NHS Wales and by providers to NHS Wales to achieve the required GCSE’s qualification. The Lot shall be awarded to one supplier and delivery requirement are detailed below:
Via a virtual learning environment provide a distance learning approach:
-Provide learning materials online.
-This approach to learning should be supported with both synchronous and asynchronous learning activity.
-Provide regular access to a dedicated tutor.
-Provide access to Student forums and learning events.
-Whilst on Placement, Students should be supported with synchronous learning activities.
-The EP must allow Students to access a full online library service and support service.
II.2.5) Award criteria
Quality criterion: technical
/ Weighting: 75
Price
/ Weighting:
25
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
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:
2022/S 000-032584
Section V: Award of contract
Lot No: 1
Contract No: HEIW-ITT-49366
Title: Face to Face Delivery
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section V: Award of contract
Lot No: 2
Contract No: HEIW-ITT-49366
Title: Distance Learning
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information
The Services to which this Notice relates fall within Regulations 74 to 76 of the Public Contracts Regulations 2015 (Regulations). Although HEIW may voluntarily adopt certain provisions in the Regulations neither the employment of any terminology nor any other indication shall be taken to mean that the contracting authority intends to hold itself bound by any of the Regulations save those applicable to services falling within Regulations 74 to 76. Bidders to note that they will be required to enter terms and conditions of contract asset out in the tender documents and that save for matters of clarification or consistency, HEIW will not negotiate the terms. As this is a procurement that falls under the Light Touch Regime, HEIW proposes to use a procurement procedure which is akin to the open procedure. All tender costs and any liabilities incurred by bidders shall be the sole responsibility of the bidders. HEIW reserves the right to award the Contracts in whole or in part. HEIW reserves the right to pause, halt, abandonand/or annul the tendering process and not to award any or all the Contracts. Delivery of the services are to commence upon the anticipated Services Commencement Date (that is, on or around 05/01/2023).To complete your formal proposal, please access the ITT via the Bravo eTenderwales portal where you will find a full suite of tender documentation. 1.Register your company https://etenderwales.bravosolution.co.uk/andclickthelinktoregister. 2.Express an Interest in the tender:-Click"ITTopentoallsuppliers"-ClickITT_99260 and express interest-This will move the ITT into your " my ITTs" page-You can access any attachments by clicking "buyer attachments" in the "ITT details" box 3. Responding to the tender-Click "my response" under" ITT details", you can choose to "create response" or to "decline to respond"- You can now use the "messages" function to communicate-NOTE:Under the terms of this contract the successful supplier(s) will be required to deliver Social Value/Community Benefits in support of the authority’s economic, environmental and social objectives. Accordingly, contract performance conditions may relate to social, economic and environmental considerations. The Social Value/ Community Benefits included in this contract are: Detailed in the tender documentation NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Walesathttps://www.sell2wales.gov.wales/search/search_switch.aspx?
(WA Ref:135607)
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
16/10/2023