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: bethan.dyke@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.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
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
Formative Process Evaluation and Value Based Evaluation for the All Wales Diabetes Prevention Programme (AWDPP)
Reference number: PHW-OJEU-48554
II.1.2) Main CPV code
73000000
II.1.3) Type of contract
Services
II.1.4) Short description
The principal objectives of the procurement are to:
Commission a partner to undertake external formative process evaluation for the AWDPP.
Obtain an agreement compliant with the PHW NHS Trust’s SFIs for the procurement of the evaluation of the AWDPP.
Ensure value for money principles are adhered to via a procurement provisioned to support a national service.
II.1.5) Estimated total value
Value excluding VAT:
150 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
73000000
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Public Health Wales
Capital Quarter 2
Cardiff
CF10 4BE
II.2.4) Description of the procurement
Through this tender, Public Health Wales wishes to commission a Formative Process Evaluation of the AWDPP. Considering the intervention and assumptions, it is anticipated that the evaluation will answer the following questions in order to understand if the intervention is supporting the prevention of diabetes in Wales.
The evaluation must address interaction with context, implementation (including consideration of value based care and Wales Prudent Healthcare Principles), mechanism of impact, and short term outcomes through participant and practitioner feedback. The formative process evaluation will be addressed through exploration of:
Interaction within context: Understanding the dynamic contextual factors, which influence implementation, intervention mechanism and impact/outcomes. What considerations are needed to support replicability of success across Wales and in different populations?
Implementation: Is the intervention being implemented as planned (model of delivery, fidelity of intervention, resources, level of integration with other services)?; how this is achieved?; what is working well/not?; what are the enablers and barriers to implementation?; who is offered the intervention?; reasons for uptake or refusal?; is the implementation in line with value-based care/prudent healthcare principles?
Mechanism of impact: exploring the causal mechanisms of the intervention; professional and participant responses to/interactions with intervention; participants’ actions following intervention; unintended consequences of the intervention offer/uptake.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 15
This contract is subject to renewal: No
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
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 set out in the Invitation to Tender.
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
As set out in the Invitation to Tender.
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:
23/11/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
23/11/2021
Local time: 12:00
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
1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any
contract.
2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the Procurement documents and
that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.
3. The Contracting Authority will not accept completed responses after the stated closing date.
4. All documents to be priced (where applicable) in sterling and all payments made in sterling.
5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of the Public Health Wales NHS Trust.
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=114852
(WA Ref:114852)
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:
NHS Wales Shared Services Partnership on behalf of Public Health Wales NHS Trust will allow a minimum 10 calendar
day standstill period between notifying the award decision and awarding the contract.
Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages
of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required it should be
requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules
have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the
Public Contracts (Amendments) Regulations 2015.
VI.5) Date of dispatch of this notice
13/10/2021