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

Pharmacy Access to Programme

  • First published: 17 November 2022
  • Last modified: 16 October 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-126659
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
17 November 2022
Deadline date:
15 October 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 80000000, 80000000, 80100000.

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: 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

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
80100000 Primary education services Education and training 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:
17 November 2022
Deadline date:
15 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:
16 October 2023
Notice type:
03 Contract Award Notice - Incomplete Procedure
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
Rhian.williams55@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
16/10/2023 14:18
Notice Cancelled
This notice has been cancelled. The original deadline date of 07/12/2022 is no longer applicable.

This requirement no longer required

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.