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.

03 Contract Award Notice - Successful Supplier(s)

Provider Framework - In Work Support Service

  • First published: 08 April 2019
  • Last modified: 08 April 2019

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-088995
Published by:
RCS (Rhyl City Strategy)
Authority ID:
AA30020
Publication date:
08 April 2019
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

RCS launched the In Work Support Service in 2015 in partnership with Welsh Government. The service built on the highly successful Fit for Work Service (FFWS), which RCS first established in 2010 as part of a UK government programme of pilot. RCS secured European Social Funding to continue and expand Fit for Work beyond the pilot, and worked with Welsh Government to develop a successor scheme after 2014. The In Work Support Service extended the boundaries of the operation in North Wales to cover Conwy, Denbighshire, Anglesey and Gwynedd. The operation has now received approval of extension funding to 2022. The Service has maintained its focus on supporting employees or self-employed people in the early stages of sickness absence from mild to moderate health conditions to return to work. It also works with employers to develop effective strategies for improving wellbeing in the workplace. CPV: 98330000, 85312320, 85312300, 85147000, 85312320, 85312300, 85147000, 85142100, 98330000, 85170000, 85312500, 85172000, 85147000, 85147000, 85142100, 98330000, 85170000, 85312500, 98300000, 98390000, 98300000, 98390000.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

RCS (Rhyl City Strategy)

The Hub, 69-71 Wellington Road

Rhyl, Denbighshire

LL18 1BE

UK

Telephone: +44 1745336442

E-mail: hello@rcs-wales.co.uk

NUTS: UKL

Internet address(es)

Main address: http://www.rcs-wales.co.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA30020

I.2) Joint procurement

The contract is awarded by a central purchasing body

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

Provider Framework - In Work Support Service

II.1.2) Main CPV code

98330000

 

II.1.3) Type of contract

Services

II.1.4) Short description

RCS launched the In Work Support Service in 2015 in partnership with Welsh Government. The service built on the highly successful Fit for Work Service (FFWS), which RCS first established in 2010 as part of a UK government programme of pilot. RCS secured European Social Funding to continue and expand Fit for Work beyond the pilot, and worked with Welsh Government to develop a successor scheme after 2014. The In Work Support Service extended the boundaries of the operation in North Wales to cover Conwy, Denbighshire, Anglesey and Gwynedd. The operation has now received approval of extension funding to 2022.

The Service has maintained its focus on supporting employees or self-employed people in the early stages of sickness absence from mild to moderate health conditions to return to work. It also works with employers to develop effective strategies for improving wellbeing in the workplace.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 2 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Mental Health and Well-being delivery to individuals

II.2.2) Additional CPV code(s)

85312320

85312300

85147000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

II.2.4) Description of the procurement

The process will be conducted under an open procedure tender exercise via the e-tender Wales portal. (https://etenderwales.bravosolution.co.uk).

The ITT reference is itt_72461

The key objective of this tender exercise is to secure high quality and effective support and therapeutic interventions offering best value through a multi supplier framework agreement.

RCS wishes to establish a framework of qualified and experienced providers to deliver work-focussed psychological and physical therapies to clients of our In Work Support Service. The aim of the therapies is to help employees who are on or at risk of sickness absence to return to work, or to improve their productivity and attendance. It is anticipated that the framework will run from April 2019 to December 2022, subject to confirmation of funding.

The majority of referrals to the service present with mild to moderate musculo-skeletal disorders, or common mental health problems such as anxiety, stress or depression. Clients refer themselves voluntarily to the service, and we would expect that the majority of clients will wish to improve their productivity or attendance at work. We are therefore looking for providers who are qualified and experienced in delivering work-focussed therapies that help to promote this aim, and that give clients the tools and techniques to self-manage their condition where appropriate.

II.2.5) Award criteria

Quality criterion: Contract Management / Weighting: 15

Quality criterion: Quality of service / Weighting: 15

Quality criterion: Support offered / Weighting: 10

Quality criterion: Risk Management / Weighting: 10

Quality criterion: Communication / Weighting: 10

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Equality / Weighting: 5

Price / Weighting:  30

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: Yes

II.2.14) Additional information

The ITT reference is itt_72461. By expressing an interest in this ITT you should be required to complete a Qualification, Technical and Commercial envelope relating to this LOT 1. If you have already applied for another LOT you should be required to complete only the Technical and Commercial envelopes against this LOT and the Qualification envelope already completed will carry over.

Lot No: 2

II.2.1) Title

Mental Health and Well-being delivery to groups

II.2.2) Additional CPV code(s)

85312320

85312300

85147000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

II.2.4) Description of the procurement

The process will be conducted under an open procedure tender exercise via the e-tender Wales portal. (https://etenderwales.bravosolution.co.uk).

The ITT reference is itt_72462

The key objective of this tender exercise is to secure high quality and effective support and therapeutic interventions offering best value through a multi supplier framework agreement.

RCS wishes to establish a framework of qualified and experienced providers to deliver work-focussed psychological and physical therapies to clients of our In Work Support Service. The aim of the therapies is to help employees who are on or at risk of sickness absence to return to work, or to improve their productivity and attendance. It is anticipated that the framework will run from April 2019 to December 2022, subject to confirmation of funding.

The majority of referrals to the service present with mild to moderate musculo-skeletal disorders, or common mental health problems such as anxiety, stress or depression. Clients refer themselves voluntarily to the service, and we would expect that the majority of clients will wish to improve their productivity or attendance at work. We are therefore looking for providers who are qualified and experienced in delivering work-focussed therapies that help to promote this aim, and that give clients the tools and techniques to self-manage their condition where appropriate.

II.2.5) Award criteria

Quality criterion: Contract managment / Weighting: 15

Quality criterion: Quality of service / Weighting: 15

Quality criterion: Support offered / Weighting: 10

Quality criterion: Risk Managment / Weighting: 10

Quality criterion: Communicatio / Weighting: 10

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Equality / Weighting: 5

Price / Weighting:  30

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: Yes

II.2.14) Additional information

The ITT reference is itt_72462. By expressing an interest in this ITT you should be required to complete a Qualification, Technical and Commercial envelope relating to this LOT 1. If you have already applied for another LOT you should be required to complete only the Technical and Commercial envelopes against this LOT and the Qualification envelope already completed will carry over.

Lot No: 3

II.2.1) Title

Physical Health delivery to individuals

II.2.2) Additional CPV code(s)

85142100

98330000

85170000

85312500

85172000

85147000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

II.2.4) Description of the procurement

The process will be conducted under an open procedure tender exercise via the e-tender Wales portal. (https://etenderwales.bravosolution.co.uk).

The ITT reference is itt_72463

The key objective of this tender exercise is to secure high quality and effective support and therapeutic interventions offering best value through a multi supplier framework agreement.

RCS wishes to establish a framework of qualified and experienced providers to deliver work-focussed psychological and physical therapies to clients of our In Work Support Service. The aim of the therapies is to help employees who are on or at risk of sickness absence to return to work, or to improve their productivity and attendance. It is anticipated that the framework will run from April 2019 to December 2022, subject to confirmation of funding.

The majority of referrals to the service present with mild to moderate musculo-skeletal disorders, or common mental health problems such as anxiety, stress or depression. Clients refer themselves voluntarily to the service, and we would expect that the majority of clients will wish to improve their productivity or attendance at work. We are therefore looking for providers who are qualified and experienced in delivering work-focussed therapies that help to promote this aim, and that give clients the tools and techniques to self-manage their condition where appropriate.

II.2.5) Award criteria

Quality criterion: Contract managment / Weighting: 15

Quality criterion: Quality of service / Weighting: 15

Quality criterion: Support offered / Weighting: 10

Quality criterion: Risk management / Weighting: 10

Quality criterion: Communicatio / Weighting: 10

Quality criterion: Environmental Sustainability / Weighting: 5

Quality criterion: Equality / Weighting: 5

Price / Weighting:  30

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: Yes

II.2.14) Additional information

The ITT reference is itt_72463. By expressing an interest in this ITT you should be required to complete a Qualification, Technical and Commercial envelope relating to this LOT 1. If you have already applied for another LOT you should be required to complete only the Technical and Commercial envelopes against this LOT and the Qualification envelope already completed will carry over.

Lot No: 4

II.2.1) Title

Physical Health delivery to groups

II.2.2) Additional CPV code(s)

85147000

85142100

98330000

85170000

85312500

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

II.2.4) Description of the procurement

The process will be conducted under an open procedure tender exercise via the e-tender Wales portal. (https://etenderwales.bravosolution.co.uk).

The ITT reference is itt_72464

The key objective of this tender exercise is to secure high quality and effective support and therapeutic interventions offering best value through a multi supplier framework agreement.

RCS wishes to establish a framework of qualified and experienced providers to deliver work-focussed psychological and physical therapies to clients of our In Work Support Service. The aim of the therapies is to help employees who are on or at risk of sickness absence to return to work, or to improve their productivity and attendance. It is anticipated that the framework will run from April 2019 to December 2022, subject to confirmation of funding.

The majority of referrals to the service present with mild to moderate musculo-skeletal disorders, or common mental health problems such as anxiety, stress or depression. Clients refer themselves voluntarily to the service, and we would expect that the majority of clients will wish to improve their productivity or attendance at work. We are therefore looking for providers who are qualified and experienced in delivering work-focussed therapies that help to promote this aim, and that give clients the tools and techniques to self-manage their condition where appropriate.

II.2.5) Award criteria

Quality criterion: Contract managment / Weighting: 15

Quality criterion: Quality of service / Weighting: 15

Quality criterion: Support offered / Weighting: 10

Quality criterion: Risk managment / Weighting: 10

Quality criterion: Communication / Weighting: 10

Quality criterion: Environmental sustainability / Weighting: 5

Quality criterion: Equality / Weighting: 5

Price / Weighting:  30

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: Yes

II.2.14) Additional information

The ITT reference is itt_72464. By expressing an interest in this ITT you should be required to complete a Qualification, Technical and Commercial envelope relating to this LOT 1. If you have already applied for another LOT you should be required to complete only the Technical and Commercial envelopes against this LOT and the Qualification envelope already completed will carry over.

Lot No: 5

II.2.1) Title

Support Services delivery to individuals

II.2.2) Additional CPV code(s)

98300000

98390000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

II.2.4) Description of the procurement

The process will be conducted under an open procedure tender exercise via the e-tender Wales portal. (https://etenderwales.bravosolution.co.uk).

The ITT reference is itt_72465

The key objective of this tender exercise is to secure high quality and effective support and therapeutic interventions offering best value through a multi supplier framework agreement.

RCS wishes to establish a framework of qualified and experienced providers to deliver work-focussed psychological and physical therapies to clients of our In Work Support Service. The aim of the therapies is to help employees who are on or at risk of sickness absence to return to work, or to improve their productivity and attendance. It is anticipated that the framework will run from April 2019 to December 2022, subject to confirmation of funding.

The majority of referrals to the service present with mild to moderate musculo-skeletal disorders, or common mental health problems such as anxiety, stress or depression. Clients refer themselves voluntarily to the service, and we would expect that the majority of clients will wish to improve their productivity or attendance at work. We are therefore looking for providers who are qualified and experienced in delivering work-focussed therapies that help to promote this aim, and that give clients the tools and techniques to self-manage their condition where appropriate.

II.2.5) Award criteria

Quality criterion: Contract managment / Weighting: 15

Quality criterion: Quality of service / Weighting: 15

Quality criterion: Support offered / Weighting: 10

Quality criterion: Risk managemnt / Weighting: 10

Quality criterion: Communicatio / Weighting: 10

Quality criterion: Environmental sustainability / Weighting: 5

Quality criterion: Equality / Weighting: 5

Price / Weighting:  30

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: Yes

II.2.14) Additional information

The ITT reference is itt_72465. By expressing an interest in this ITT you should be required to complete a Qualification, Technical and Commercial envelope relating to this LOT 1. If you have already applied for another LOT you should be required to complete only the Technical and Commercial envelopes against this LOT and the Qualification envelope already completed will carry over.

Lot No: 6

II.2.1) Title

Support Services delivery to groups

II.2.2) Additional CPV code(s)

98300000

98390000

II.2.3) Place of performance

NUTS code:

UKL11

UKL12

UKL13

II.2.4) Description of the procurement

The process will be conducted under an open procedure tender exercise via the e-tender Wales portal. (https://etenderwales.bravosolution.co.uk).

The ITT reference is itt_72466

The key objective of this tender exercise is to secure high quality and effective support and therapeutic interventions offering best value through a multi supplier framework agreement.

RCS wishes to establish a framework of qualified and experienced providers to deliver work-focussed psychological and physical therapies to clients of our In Work Support Service. The aim of the therapies is to help employees who are on or at risk of sickness absence to return to work, or to improve their productivity and attendance. It is anticipated that the framework will run from April 2019 to December 2022, subject to confirmation of funding.

The majority of referrals to the service present with mild to moderate musculo-skeletal disorders, or common mental health problems such as anxiety, stress or depression. Clients refer themselves voluntarily to the service, and we would expect that the majority of clients will wish to improve their productivity or attendance at work. We are therefore looking for providers who are qualified and experienced in delivering work-focussed therapies that help to promote this aim, and that give clients the tools and techniques to self-manage their condition where appropriate.

II.2.5) Award criteria

Quality criterion: Contract managment / Weighting: 15

Quality criterion: Quality of service / Weighting: 15

Quality criterion: Support offered / Weighting: 10

Quality criterion: Risk management / Weighting: 10

Quality criterion: Communication / Weighting: 10

Quality criterion: Environmental sustainability / Weighting: 5

Quality criterion: Equality / Weighting: 5

Price / Weighting:  30

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: Yes

II.2.14) Additional information

The ITT reference is itt_72466. By expressing an interest in this ITT you should be required to complete a Qualification, Technical and Commercial envelope relating to this LOT 1. If you have already applied for another LOT you should be required to complete only the Technical and Commercial envelopes against this LOT and the Qualification envelope already completed will carry over.

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

IV.1.6) Information about electronic auction

An electronic auction will be used

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 017-036220

Section V: Award of contract

Lot No: 1

Title: Mental Health and Well-being delivery to individuals

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/04/2019

V.2.2) Information about tenders

Number of tenders received: 43

Number of tenders received from SMEs: 43

Number of tenders received from tenderers from EU Member States: 43

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 43

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Constance Atwill

2 Y Llys , Llanbedr Hall

Ruthin

LL15 1UY

UK

Telephone: +44 1824705796

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rhos Physiotherapy Services

7 Llys Dedwydd, Rhos On Sea

Colwyn Bay

LL28 4BG

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Sarah Zielonka Counselling Service

6 Maes Derwen , Rhuddlan

Rhyl

LL18 2YH

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

United Rehab solutions Ltd

Bodeugan Farm, Waen

St Asaph

LL17 0DT

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

CAIS Ltd

12 Trinity Square

Llandudno

LL30 2RA

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Protec Physiotherapy & Acupuncture Clinic

Ty Gwair, Llanwnda

Caernarfon

LL54 5SD

UK

NUTS: UKL12

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Medra (CCTS) Ltd

Preswylfa, Chapel st

MENAI BRIDGE

LL59 5HW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Cathy Wood Psychology

88 High Street,

Prestatyn

LL19 9BE

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Arfon Physiotherapy

42 Glanrafon

Bangor

LL57 1LH

UK

NUTS: UKL12

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Mental Health and Well-being delivery to groups

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/04/2019

V.2.2) Information about tenders

Number of tenders received: 43

Number of tenders received from SMEs: 43

Number of tenders received from tenderers from EU Member States: 43

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 43

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Sian Jenkinson Dietitian

11,ST MARGARETS DRIVE

LLANDUDNO

LL30 1YD

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Medra (CCTS) Ltd

Preswylfa, Chapel st

MENAI BRIDGE

LL59 5HW

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Physical Health delivery to individuals

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/04/2019

V.2.2) Information about tenders

Number of tenders received: 43

Number of tenders received from SMEs: 43

Number of tenders received from tenderers from EU Member States: 43

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 43

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Bodywyrcs

32 Church Street

Blaenau Ffestiniog

LL41 3HD

UK

Telephone: +44 7825885335

NUTS: UKL12

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

United Rehab solutions Ltd

Bodeugan Farm, Waen

St Asaph

LL17 0DT

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Peak Physio & Fitness

Conwy Road, Llandudno Junction

Conwy

LL31 9BA

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

St Asaph Chiropractic Clinic

25 High Street

St Asaph

LL17 0RD

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Arfon Physiotherapy

42 Glanrafon

Bangor

LL57 1LH

UK

NUTS: UKL12

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pen Y Lon Occupational Health

66 New Street

Mold

CH7 1NZ

UK

NUTS: UKL23

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The Park Clinic Limited

Clwydian House, 62 Vale Street

Denbigh

LL16 3BW

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Physio Now

80 Pendyffryn Road

Rhyl

LL18 4RY

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: Physical Health delivery to groups

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected

Section V: Award of contract

Lot No: 5

Title: Support Services delivery to individuals

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/04/2019

V.2.2) Information about tenders

Number of tenders received: 43

Number of tenders received from SMEs: 43

Number of tenders received from tenderers from EU Member States: 43

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 43

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Citizens Advice Denbighshire

23 High Street

Denbigh

LL16 3HY

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Pennysmart Community Interest Company

Unit 16, The Business Centre Minerva Ave

Nr Chester

CH1 4QL

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Citizens Advice Denbighshire

23 High Street

Denbigh

LL16 3HY

UK

NUTS: UKL13

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Support Services delivery to groups

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/04/2019

V.2.2) Information about tenders

Number of tenders received: 43

Number of tenders received from SMEs: 43

Number of tenders received from tenderers from EU Member States: 43

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 43

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Pennysmart Community Interest Company

Unit 16, The Business Centre Minerva Ave

Nr Chester

CH1 4QL

UK

NUTS: UKL

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 2 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

We are procuring services in 6 LOTS

Each LOT can be applied for by selecting and completing the associated questionnaires on E tender system. There are 3 questionnaires for each LOT applied for Qualification, Technical and Commercial. If applying for multiple LOTs you should be directed to complete an additional Technical and Commercial envelope for each subsequent LOT applied for, the Qualification questionnaire should be carried across and should only need to be completed once.

The following reference numbers should be used to find the ITT relating to the LOT(s) you wish to apply for:

itt_72461 LOT 1 Mental health and well-being individual delivery

itt_72462 LOT 2 Mental health and well-being group delivery

itt_72463 LOT 3 Physical health individual delivery

itt_72464 LOT 4 Physical health group delivery

itt_72465 LOT 5 Support services individual delivery

itt_72466 LOT 6 Support services group delivery

Business Wales support

Business Wales is offering support for applicants with preparing their tender responses at a free ‘live tender’ workshop, scheduled for 29th January 9:30am – 1pm at the Optic Centre, St Asaph.

To register for the workshop, or if you require any further details or support, contact Business Wales via their website www.business.wales.gov.uk.

(WA Ref:91288)

VI.4) Procedures for review

VI.4.1) Review body

RCS (Rhyl City Strategy)

The Hub, 69-71 Wellington Road

Rhyl, Denbighshire

LL18 1BE

UK

Telephone: +44 1745336442

Internet address(es)

URL: http://www.rcs-wales.co.uk

VI.5) Date of dispatch of this notice

05/04/2019

Coding

Commodity categories

ID Title Parent category
85170000 Acupuncture and chiropractor services Health services
85172000 Chiropractor services Acupuncture and chiropractor services
85147000 Company health services Miscellaneous health services
85312320 Counselling services Social work services without accommodation
85312300 Guidance and counselling services Social work services without accommodation
98300000 Miscellaneous services Other community, social and personal services
98390000 Other services Miscellaneous services
98330000 Physical well-being services Miscellaneous services
85142100 Physiotherapy services Paramedical services
85312500 Rehabilitation services Social work services without accommodation

Delivery locations

ID Description
1013 Conwy and Denbighshire
1012 Gwynedd
1011 Isle of Anglesey

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:
24 January 2019
Deadline date:
15 February 2019 00:00
Notice type:
02 Contract Notice
Authority name:
RCS (Rhyl City Strategy)
Publication date:
08 April 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
RCS (Rhyl City Strategy)

About the buyer

Main contact:
hello@rcs-wales.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.