Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Llywodraeth Cymru / Welsh Government
Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park
Caerdydd / Cardiff
CF10 3NQ
UK
Telephone: +44 3000257095
E-mail: CPSProcurementAdvice@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://gov.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
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/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Suicide Bereavement Liaison Service
Reference number: C130/2022/2023
II.1.2) Main CPV code
85140000
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Government wishes to engage an agency that can ensure a consistent, timely, and proactive offer of support to people affected by sudden deaths that are unexplained or a suspected suicide. The provider must have demonstrable expertise gained through experience in this area of work.
II.1.5) Estimated total value
Value excluding VAT:
450 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The essential elements required of the service are:
Timeliness – that a proactive offer of support is made within 48-72 hours of the death, but also that the agency responds quickly (within 24 hours) to people contacting them beyond this timeframe
Accessibility – that support offers are accessible to the people choosing that type of support, either geographically (eg: we know in some areas long-distance travel is required to reach peer-support groups), digitally, or to meet particular communication requirements, sensory or learning disabilities
Professional – that the liaison service is staffed by individuals who are suitably experienced, knowledgeable, and skilled, and potentially qualified, to respond to the specialised needs of people affected by suicide, and that appropriate supervisory and wellbeing support systems are in place to support the staff
Compassionate – that the workforce is supported by a working environment that offers psychological safety, and that all workers understand what it feels like to be treated with compassion, so that they can ensure a compassionate response to the public
Safe – that the agency and its workforce understand the principles and legislation relating to safeguarding and the needs of vulnerable groups. The successful Bidder should ensure that appropriate checks have been undertaken through the Disclosure and Barring Service for any personnel that are likely to come into contact with children, young people or vulnerable adults during the course of the Contract
Confidential – those being served by the liaison agency can be confident that their conversations, and any records of their needs are confidential; their personal data and information is protected in line with the requirements of data protection legislation; and only used for the purposes of this service and the support they wish to engage with
The outcome will be a nationally recognised bereavement liaison service that can be accessed either by signposting, referral, or recommendation through a range of agencies or self-referral.”
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
450 000.00
GBP
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:
Option to extend contract term by up to a further 12 months.
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 stated in the tender documentation.
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:
07/12/2023
Local time: 14:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
08/12/2023
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2026
VI.3) Additional information
E-Tender Information:
https://etenderwales.bravosolution.co.uk
- The first person from your Organisation to use the Platform will be required to register on behalf of the
Organisation.
- Registration involves accepting a User Agreement, and providing basic information about your
Organisation and about the User performing the Registration.
- On registering on the Platform the Super User will select a Username and will receive a password.
- The Password will be sent by e-mail to the email address that was specified in the User Details section of
the Registration page.
- In order to log-in to the Platform please enter your Username and Password.
- Note: If you forget your Password then visit the homepage and click “Forgot your password?”
- Registration should only be performed once for each Organisation.
- If you think that someone in your Organisation may have already registered on this Platform then you
must not register again.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
5.1
- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have
left your Organisation).
- Note: If your Organisation is already registered on the Platform then you must not make any additional
registration. Please contact the
Helpdesk to gain access to the Platform.
- Tenders must be uploaded to the BravoSolution portal by 14:00. Late bids will not be accepted.
How To Find The ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_53660 and itt_103151
- Click on the title to access summary details of the contract. If you are still interested in submitting a
tender, click the 'Express an Interest' button. This will move the ITT from the ‘Open to all Suppliers’ area to
the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any
relevant documents in the‘Attachments’ area.
- Any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly
(WA Ref:133372)
The buyer considers that this contract is suitable for consortia bidding.
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=133372
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:
As stated in tender documentation.
(WA Ref:133372)
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
02/11/2023