Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

External Evaluation of Improvement Cymru's Performance & Effectiveness

  • First published: 06 June 2022
  • Last modified: 07 June 2022
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.
Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-121885
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
06 June 2022
Deadline date:
11 July 2022
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Improvement Cymru, Public Health Wales is looking to commission an experienced evaluation partner between September 2022 and June 2024. They will undertake a mixed-methods evaluation of the coaching and support that Improvement Cymru provides to Health Boards and trusts to identify patient safety and harm reduction priorities, including activities toward improving patient safety capability and delivery, and support to spread and scale these activities. CPV: 79313000, 79313000.

Full notice text

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

Access to the procurement documents is restricted. Further information can be obtained 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

External Evaluation of Improvement Cymru's Performance & Effectiveness

II.1.2) Main CPV code

79313000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Improvement Cymru, Public Health Wales is looking to commission an experienced evaluation partner between September 2022 and June 2024. They will undertake a mixed-methods evaluation of the coaching and support that Improvement Cymru provides to Health Boards and trusts to identify patient safety and harm reduction priorities, including activities toward improving patient safety capability and delivery, and support to spread and scale these activities.

II.1.5) Estimated total value

Value excluding VAT: 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79313000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Improvement Cymru, Public Health Wales is looking to commission an experienced evaluation partner between September 2022 and June 2024. They will undertake a mixed-methods evaluation of the coaching and support that Improvement Cymru provides to Health Boards and trusts to identify patient safety and harm reduction priorities, including activities toward improving patient safety capability and delivery, and support to spread and scale these activities.

Evaluation activities can include care of patients and staff wellbeing. It will also mean contact with senior managers and executive-level support, as well as contact with staff who will receive training/coaching, and secondary contact with other stakeholders e.g. wider staff such as champions, administrative support/ancillary staff, wider networks in the same/different disciplines. Consideration should be given to models such as the Kirkpatrick Model for training evaluation. It should be noted that the requirement for completing any necessary DBS checks will be the responsibility of the successful tender bidder.

The evaluation needs to consider which factors contribute to the likely implementation, sustainability, spread and scale of patient safety and harm reduction improvements in practice. The evaluation will comprise of formative and summative elements. We will be looking for the provider to evaluate the:

Support provided to health boards and trusts to identify and improve patient safety and harm reduction priorities.

Support provided to organisations’ senior leaders, managers and frontline staff, to achieve a mature and sustainable approach to building their improvement capability and applying it to their local quality and safety priorities.

Impact of intensive support from regional teams working locally within organisations to ‘swarm’ over problems and identify context-specific solutions.

Impact of improvement enablers, tools, change packages, networks, capability-building programmes, approaches or similar to improving patient safety and harm reduction.

Impact of change management processes aimed at improving patient safety and reduce harms.

Support provided to effectively spread and scale local improvements to become nationally embedded and sustained despite unique technical, social and cultural elements.

II.2.5) Award criteria

Criteria below:

Quality criterion: Programme Outline / Weighting: 10

Quality criterion: Experience / Weighting: 20

Quality criterion: Delivery Team / Weighting: 10

Quality criterion: Work Required / Weighting: 40

Quality criterion: Training Material and Learning Resources / Weighting: 10

Quality criterion: Carbon Footprint / Weighting: 10

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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.1.2) 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

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: 13/07/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 18/07/2022

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

Please note additional information on this procurement:

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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=121885

(WA Ref:121885)

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

06/06/2022

Coding

Commodity categories

ID Title Parent category
79313000 Performance review services Market research services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
06 June 2022
Deadline date:
11 July 2022 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
07 June 2022
Notice type:
14 Corrigendum
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
02 May 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
bethan.dyke@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
07/06/2022 08:18
Notice date(s) changed
IV.2.2) Time limit
Old date: 13/07/2022 12:00
New date: 11/07/2022 12:00

IV.2.7) Conditions for opening of tenders
Old date: 18/07/2022 12:00
New date: 11/07/2022 14:00

Amend Closing Date

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.