Contract notice
Section I: Contracting
authority
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
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/web/login.shtml
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.1.5) Estimated total value
Value excluding VAT:
4 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
4 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
an additional optional extension period of up to a further 24 months is available to the Client
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:
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 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:
as stated in the procurement documents
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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
III.2.2) Contract performance conditions
as stated in the procurement documents
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-017082
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/10/2021
Local time: 14:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
19/10/2021
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
If applicable and required by the Client, after the 3 year initial contract term or after the additional 2 year extension period.
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
E-Tender Information:
https://etenderwales.bravosolution.co.uk
- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
- The User who performs the Registration becomes the Super User for the Organisation.
- On registering on the Platform the Super User will select a Username and will receive a password.
- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
- In order to log-in to the Platform please enter your Username and Password.
- Note: If you forget your Password then visit the homepage and click “Forgot your password?”
- Registration should only be performed once for each Organisation.
- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.
- Tenders must be uploaded to the BravoSolution portal by 2pm
How To Find The ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_47806, itt_88765.
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.
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=113173
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
community benefits will be non-core
(WA Ref:113173)
The buyer considers that this contract is suitable for consortia.
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
08/09/2021