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

Provision of an Independent Mental Capacity Advocacy (IMCA) Service

  • First published: 30 August 2023
  • Last modified: 15 September 2023
  • This file may not be fully accessible.

  •  

You are viewing an expired notice.

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-134380
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
30 August 2023
Deadline date:
20 October 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Velindre NHS Trust on behalf of Cardiff and Vale, Aneurin Bevan, Cwm Taf, Swansea Bay, Hywel Dda, Betsi Cadwaladr University Health Boards are inviting suitably qualified organisations to express an interest for provision of an Independent Mental Capacity Advocacy Service (IMCA). The purpose of the IMCA service is to help particularly vulnerable people who lack the capacity to make important decisions about serious medical treatment and changes of accommodation. It is available to those who have no family or friends whom it would be appropriate to consult about these decisions. The service includes adult protection cases (POVAs) and care reviews. IMCA also has a role in the Deprivation of Liberty Safeguards (DOLs) process. An IMCA may be instructed by the Supervisory Body to support a person for whom an authorisation is being sought; or to undertake the role of the Relevant Person's Representative, or to provide assistance to the relevant person and their representative in exercising their rights under the legislation. CPV: 85000000, 85100000, 85323000, 85312310, 85300000, 85100000, 85323000, 85312310, 85300000, 85100000, 85323000, 85312310.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership

4th Floor, Companies House

Cardiff

CF14 3UB

UK

Contact person: Sam Donegan

Telephone: +44 2920903876

E-mail: sam.donegan@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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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

Provision of an Independent Mental Capacity Advocacy (IMCA) Service

II.1.2) Main CPV code

85000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Velindre NHS Trust on behalf of Cardiff and Vale, Aneurin Bevan, Cwm Taf, Swansea Bay, Hywel Dda, Betsi Cadwaladr University Health Boards are inviting suitably qualified

organisations to express an interest for provision of an Independent Mental Capacity Advocacy Service (IMCA).

The purpose of the IMCA service is to help particularly vulnerable people who lack the capacity to make important decisions about serious

medical treatment and changes of accommodation. It is available to those who have no family or friends whom it would be appropriate to

consult about these decisions. The service includes adult protection cases (POVAs) and care reviews. IMCA also has a role in the

Deprivation of Liberty Safeguards (DOLs) process. An IMCA may be instructed by the Supervisory Body to support a person for whom an

authorisation is being sought; or to undertake the role of the Relevant Person's Representative, or to provide assistance to the relevant

person and their representative in exercising their rights under the legislation.

II.1.5) Estimated total value

Value excluding VAT: 3 330 864.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

North Wales

II.2.2) Additional CPV code(s)

85100000

85323000

85312310

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

This lot will cover all of North Wales for the Betsi Cadwalder University Health Board

II.2.4) Description of the procurement

Bidder for this lot will be expected to cover IMCA services within the Betsi Cadwaladr University Health Board which covers the whole of North Wales

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: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is for 2 years with the option to extend for 2 further years in one year increments

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

South East Wales

II.2.2) Additional CPV code(s)

85300000

85100000

85323000

85312310

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

This lot will cover the Health Boards within South East Wales

II.2.4) Description of the procurement

Bidders for this lot will be expected to provide IMCA services for the Health Boards in South East Wales. Which are:

Aneurin Bevan University Health Board

Cardiff and Vale University Health Board

Cwm Taf Morgannwg University Health Board

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: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is for 2 years with the option to extender for a further 2 years in one year increments.

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: 3

II.2.1) Title

South West Wales

II.2.2) Additional CPV code(s)

85300000

85100000

85323000

85312310

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

This lot will cover South West Wales

II.2.4) Description of the procurement

The Bidders for this lot will be expected to provide IMCA services to the Health Boards within South West Wales which are:

Swansea Bay University Health Board

Hywel Dda University Health Board

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: 48

This contract is subject to renewal: Yes

Description of renewals:

This Contract is for 2 years with the option to extend for a further 2 years in one year increments

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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.2.3) 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.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/09/2023

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: 28/09/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This service 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

NHS Wales Shared Services Partnership (NWSSP) (hosted by Velindre University NHS Trust) is operating on behalf of the following Health Boards:

o Aneurin Bevan University Health Board

o Betsi Cadwaladr University Health Board

o Cardiff and Vale University Health Board

o Cwm Taf University Health Board

o Hywel Dda University Health Board

o Swansea Bay University Health Board

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=134380

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:

detailed in the tender documentation on etenderwales

(WA Ref:134380)

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

30/08/2023

Coding

Commodity categories

ID Title Parent category
85323000 Community health services Social services
85312310 Guidance services Social work services without accommodation
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
85300000 Social work and related services Health and social work 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:
30 August 2023
Deadline date:
20 October 2023 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
18 September 2023
Notice type:
14 Corrigendum
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
10 June 2024
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:
sam.donegan@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
15/09/2023 17:13
Update to Tender
The following changes have been made to the ITT Documents.

Lotting Structure and Estimated Values:

Lot 1a – IMCA: North Wales (Betsi Cadwaladr University Health Board) (Estimated total value: £700,000)
Lot 1b – pRPR: North Wales (Betsi Cadwaladr University Health Board) (Estimated total value: £1,300,000)

Lot 2a – IMCA: South East Wales (Aneurin Bevan University Health Board, Cwm Taf University Health Board, Cardiff & Vale University Health Board) (Estimated total value: £1,003,620)
Lot 2b – pRPR: South East Wales (Aneurin Bevan University Health Board, Cwm Taf University Health Board, Cardiff & Vale University Health Board) (Estimated total value: £1,064,000)

Lot 3a – IMCA: South West Wales (Swansea Bay University Health Board, Hywel Dda University Health Board) (Estimated total value: £1,747,244)
Lot 3b – pRPR: South West Wales (Swansea Bay University Health Board, Hywel Dda University Health Board) (estimated total value: £1,057,916)

*Lots 1a, 2a and 3a are for the provision of IMCA services and paid RPR within the Health Boards. The services required under these lots will commence from the contract start date of 1 April 2024.

Lots 1b, 2b and 3b are for the provision of paid RPR services for the Local Health Boards and Local Authorities within the geographical area. These services will be implemented by way of a staggered approach from the contract start date, and will depend on the readiness of the Health Board area to introduce the extended services.


In light of these changes, the deadline for tender responses has been extended to 12:00 midday on 20th October 2023.
15/09/2023 17:24
Notice date(s) changed
IV.2.2) Time limit
Old date: 28/09/2023 12:00
New date: 20/10/2023 12:00

IV.2.7) Conditions for opening of tenders
Old date: 28/09/2023 12:00
New date: 20/10/2023 12:00

Modifications to the Lotting Structure and Estimated Values have been made. The tender response deadline has been extended in light of these changes.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.