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
Contact person: Rhian Sadler
Telephone: +44 1443848585
E-mail: Rhian.Sadler@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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
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
Psychological Support for Medical, Dental and Pharmacy Trainees within NHS Wales
Reference number: HEIW-FTS-50684
II.1.2) Main CPV code
85121270
II.1.3) Type of contract
Services
II.1.4) Short description
Health Education and Improvement Wales (HEIW) is a Special Health Authority within Wales which sits alongside Health Boards and Trusts. HEIW have a Professional Support Unit (PSU) who's role is to promote and support positive psychology and wellbeing at work for medical, dental and pharmacist trainees across Wales. Some trainees will require short term support by an appropriately qualified and experienced specialist that is outside the scope of internal PSU service expertise. Therefore HEIW have a requirement for a specialist psychological service provider to provide support to trainees across Wales for physical health, mental health, special learning and educational needs and personal and professional skills.
II.1.5) Estimated total value
Value excluding VAT:
2 796 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85121270
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
HEIW wish to procure a specialist psychological service provider to provide short term psychological support to trainees across Wales for physical health, mental health, special learning and educational needs and personal and professional skills for referred to the PSU. The aim is to enable a significant improvement in well-being and performance such that trainees achieve a successful outcome. The successful Bidder shall be required to manage referrals for accessing short term support by an appropriately qualified and experienced specialists. Further information on the requirements is available in the tender documentation.
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
Start:
01/10/2022
End:
30/09/2025
This contract is subject to renewal: Yes
Description of renewals:
This contract will be subject to renewal at the discretion of the Contracting Authority. The Contracting Authority may exercise its option to extend for a further two years in two 12 month intervals.
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
III.2.2) Contract performance conditions
As set out in the Procurement documentation. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the procurement documentation and that save for matters of clarification or consistency the Contracting Authority will not negotiate terms.
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:
2019/S 246-606289
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
01/09/2022
Local time: 14:00
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:
01/09/2022
Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
The services may be retendered prior to the expiry of the contract.
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
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 as set 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, abandon and/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 03/10/2022).
To complete your formal proposal, please access the ITT via the Bravo eTender wales portal where you will find a full suite of tender documentation. 1. Register your company https://etenderwales.bravosolution.co.uk/ and click the link to register. 2. Express an Interest in the tender: - Click "ITT open to all suppliers" - Click ITT _96806 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 Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=123668
(WA Ref:123668)
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
03/08/2022