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: Rhian.williams55@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
Pharmacy Access to Programme
Reference number: HEIW-ITT-49366
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Health Education and Improvement Wales (HEIW) is a Special Health Authority and sits alongside Health Boards and Trusts. HEIW have a leading role in the education, training, development, and shaping of the healthcare workforce, supporting high-quality care for the people of Wales.
HEIW are an approved City and Guilds centre for the delivery of the PRPT Programme across Wales; the PRPT Programme is funded and delivered through an apprenticeship framework by the Welsh Government (WG). HEIW are seeking a provider(s) to fulfil a need for delivery of one or more qualifications, being GCSE or level 2 equivalent, which will allow candidates to meet the compulsory entry criteria for the HEIW Modern Apprentice Pre-Registration Pharmacy Technician Training Programme (PRPT).
The compulsory entry criteria of the PRPT are for individuals to hold a minimum of 4 GCSE’s at grade C or above (or level 2 equivalent) including English, Maths, Science and also offer Digital Literacy.
HEIW are looking for a provider that will be able to provide the above qualifications as detailed in the Instruction To Bidder documentation.
II.1.5) Estimated total value
Value excluding VAT:
182 000.00
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
Face to Face Delivery
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Face to Face Delivery - Lot 1 is further broken down into geographical sub-lots (therefore requiring face to face learning takes place within the geographical boundary of the Health Board) as demonstrated under table 1 below. The Contractor(s) will therefore be required to deliver education and training Services within the Geographic Boundaries of the Sub-lot(s) they are bidding for. It is the Contracting Authority’s intention to award one Contract per Sub-lot and as appropriate, Accordingly, each Sub-lot will be evaluated separately.
II.2.5) Award criteria
Criteria below:
Quality criterion: technical
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
12 months optional extension
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
Lot No: 2
II.2.1) Title
Distance Learning
II.2.2) Additional CPV code(s)
80100000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Distance Learning - The Contractor is required to deliver the required qualification of Synchronous Learning and Asynchronous Learning to support those employed within NHS Wales and by providers to NHS Wales to achieve the required GCSE’s qualification. The Lot shall be awarded to one supplier and delivery requirement are detailed below:
Via a virtual learning environment provide a distance learning approach:
-Provide learning materials online.
-This approach to learning should be supported with both synchronous and asynchronous learning activity.
-Provide regular access to a dedicated tutor.
-Provide access to Student forums and learning events.
-Whilst on Placement, Students should be supported with synchronous learning activities.
-The EP must allow Students to access a full online library service and support service.
II.2.5) Award criteria
Criteria below:
Quality criterion: technical
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
12 month optional extension
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 detailed in the procurement documentation.
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.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
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:
07/12/2022
Local time: 12:00
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
Tender must be valid until:
07/03/2023
IV.2.7) Conditions for opening of tenders
Date:
07/12/2022
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
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 asset 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, abandonand/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 05/01/2023).To complete your formal proposal, please access the ITT via the Bravo eTenderwales portal where you will find a full suite of tender documentation. 1.Register your company https://etenderwales.bravosolution.co.uk/andclickthelinktoregister. 2.Express an Interest in the tender:-Click"ITTopentoallsuppliers"-ClickITT_99260 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 Sell2Walesathttps://www.sell2wales.gov.wales/search/search_switch.aspx?
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=126659
(WA Ref:126659)
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
17/11/2022