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.

Contract Notice

Refresh of Framework Agreement for Adult Mental Health and Learning Disability Services

  • First published: 20 June 2015
  • Last modified: 20 June 2015

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-028768
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
20 June 2015
Deadline date:
01 July 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

In April 2014, Velindre NHS Trust - the Contracting Authority (acting on behalf of the NHS Wales bodies listed in section VI.3 of this notice)- awarded a framework agreement for the services listed below (the “Framework Agreement”). The Framework Agreement and associated ancillary procurement documentation made provision for a refresh of the Framework Agreement [18 months’] after signature. Accordingly, the Contracting Authority is now seeking to refresh the Framework Agreement by: (a) inviting potential new service providers to tender for appointment onto the existing Framework Agreement; and (b) to allow existing service providers appointed to the existing Framework Agreement to amend/expand their service offering by being able to refresh their prices upwards or downwards (subject to a sustainable financial appraisal) and to apply to add new sites/units/facilities to their service offering.. The scope of the services being procured, which are separated into lots, are as follows: -Medium Secure Learning Disability - Male -Medium Secure Learning Disability - Female -Medium Secure Mental Health - Male -Medium Secure Mental Health - Female -Low Secure Learning Disability – Male -Low Secure Learning Disability - Female -Low Secure Mental Health - Male -Low Secure Mental Health – Female -Locked Rehabilitation (Controlled Egress) Mental Health – Male -Locked Rehabilitation (Controlled Egress) Mental Health - Female -Locked Rehabilitation (Controlled Egress) Learning Disability - Male -Locked Rehabilitation (Controlled Egress) Learning Disability- Female -Open Rehabilitation (Uncontrolled Egress) Mental Health – Male -Open Rehabilitation (Uncontrolled Egress) Mental Health - Female -Open Rehabilitation (Uncontrolled Egress) Learning Disability - Male -Open Rehabilitation (Uncontrolled Egress) Learning Disability- Female The duration of the existing Framework Agreement is for an initial period of four (4) years from 1st April 2014 with an option to extend, at the Contracting Authority's sole discretion, for an additional period of up to two (2) years (in 12 month tranches). Current service providers who have been appointed to the Framework Agreement are not required to respond to this advert. Further information is set out in a Pre-Qualification Questionnaire (PQQ) and Project Information Memorandum (POI) which is available on request (see section VI.3 of this notice for details) CPV: 85000000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Wales Procurement Services

Floor 4 Companies House, Crown Way

Cardiff

CF14 3UZ

UK

Jannine Crees

+44 2920903798

jannine.crees@wales.nhs.uk


http://www.procurement.wales.nhs.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0221

www.etenderwales.bravosolution.co.uk

www.etenderwales.bravosolution.co.uk
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Abertawe Bro Morgannwg University Local Health Board

Aneurin Bevan University Health Board

Betsi Cadwaladr University Health Board

Cardiff & Vale University Health Board

Cwm Taf University Health Board

Hywel Dda University Health Board

Powys Teaching Health Board

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Refresh of Framework Agreement for Adult Mental Health and Learning Disability Services

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance

Wales



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

30

Duration of the framework agreement

30

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

In April 2014, Velindre NHS Trust - the Contracting Authority (acting on behalf of the NHS Wales bodies listed in section VI.3 of this notice)- awarded a framework agreement for the services listed below (the “Framework Agreement”). The Framework Agreement and associated ancillary procurement documentation made provision for a refresh of the Framework Agreement [18 months’] after signature. Accordingly, the Contracting Authority is now seeking to refresh the Framework Agreement by:

(a) inviting potential new service providers to tender for appointment onto the existing Framework Agreement; and

(b) to allow existing service providers appointed to the existing Framework Agreement to amend/expand their service offering by being able to refresh their prices upwards or downwards (subject to a sustainable financial appraisal) and to apply to add new sites/units/facilities to their service offering.. The scope of the services being procured, which are separated into lots, are as follows:

-Medium Secure Learning Disability - Male

-Medium Secure Learning Disability - Female

-Medium Secure Mental Health - Male

-Medium Secure Mental Health - Female

-Low Secure Learning Disability – Male

-Low Secure Learning Disability - Female

-Low Secure Mental Health - Male

-Low Secure Mental Health – Female

-Locked Rehabilitation (Controlled Egress) Mental Health – Male

-Locked Rehabilitation (Controlled Egress) Mental Health - Female

-Locked Rehabilitation (Controlled Egress) Learning Disability - Male

-Locked Rehabilitation (Controlled Egress) Learning Disability- Female

-Open Rehabilitation (Uncontrolled Egress) Mental Health – Male

-Open Rehabilitation (Uncontrolled Egress) Mental Health - Female

-Open Rehabilitation (Uncontrolled Egress) Learning Disability - Male

-Open Rehabilitation (Uncontrolled Egress) Learning Disability- Female

The duration of the existing Framework Agreement is for an initial period of four (4) years from 1st April 2014 with an option to extend, at the Contracting Authority's sole discretion, for an additional period of up to two (2) years (in 12 month tranches).

Current service providers who have been appointed to the Framework Agreement are not required to respond to this advert.

Further information is set out in a Pre-Qualification Questionnaire (PQQ) and Project Information Memorandum (POI) which is available on request (see section VI.3 of this notice for details)

II.1.6)

Common Procurement Vocabulary (CPV)

85000000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The precise number of potential service users cannot be determined as it varies from time to time. It is anticipated, on the basis of historic data, that the number of annual service users (across all proposed lots) is circa 340. The Contracting Authority / NHS Wales does not however guarantee any levels of call off activity or spend.

II.2.2)

Options

The duration is for an initial period of 30 months from the 1st October 2015 with an option to extend, at the Contracting Authority's sole discretion, for an additional period of up to two (2) years (in 12 month tranches).

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As set out in the invitation to tender (ITT) documents. The Contracting Authority reserves the right to request parent company and/or other guarantees of financial liability.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the ITT documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

None specified, save that in the case of a partnership or consortium or other group of more than one legal entity bidding together, the contract will be with either (1) all bidders on the basis of joint and several liability, or (2) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the bidder is with a special purpose company with separate legal personality established for the purposes of tendering for the Framework, the Contracting Authority will require sufficient guarantees to be given by participants in that company or their parents.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Information and formalities necessary for evaluating if requirements are met: The PQQ, which is available via the e sourcing portal (see below), will provide details.

Any economic operator may be excluded if it fulfills any or all of the criteria listed in Regulation 23 of the Public Contract Regulations 2006 (as amended).

Suppliers instructions how to express interest in this tender:

1. Register your company on the eSourcing portal (this is only required once) — Browse to the eSourcing portal: https://etenderwales.bravosolution.co.uk/ and click the link to register

— Accept the terms and conditions and click "continue"

— Enter your correct business and user details

— Note the username you chose and click "save" when complete

— You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

— Login to the portal with the username/password

— Click the "PQQs / ITTs open to all suppliers" link. (these are pre-qualification questionnaires or invitations to tender open to any registered supplier)

— Click on the relevant PQQ/ ITT to access the content.

— Click the "express interest" button at the top of the page.

— This will move the PQQ /ITT into your "my PQQs/ my ITTs" page. (this is a secure area reserved for your projects only)

—You can now access any attachments by clicking "buyer attachments" in the "PQQ/ ITT details" box

3. Responding to the tender

— Click "my response" under "PQQ/ ITT details", you can choose to "create response"

or to "decline to respond" (please give a reason if declining)

— You can now use the "messages" function to communicate with the buyer and seek any clarification

— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT

— There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the "submit response" button at the top of the page.

If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2)

Economic and financial capacity


Information and formalities necessary for evaluating if requirements are met: As set out in the PQQ Minimum level(s) of standards possibly required As set out in the PQQ.




III.2.3)

Technical capacity


Information and formalities necessary for evaluating if requirements are met: As set out in the PQQ

Minimum level(s) of standards possibly required

As set out in the PQQ.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

5

Objective criteria for choosing the limited number of candidates

As set out in the PQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Quality
Price

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

2013/S 203-351844 18-10-2013

IV.3.3)

Conditions for obtaining specifications and additional documents

 01-07-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 01-07-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 06-07-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The Contracting Authority is undertaking the procurement of the Framework Agreement for and on behalf of:- (i) Abertawe Bro Morgannwg University Local Health Board, (ii) Aneurin Bevan University Health Board, (iii) Betsi Cadwaladr University Health Board, (iv) Cardiff & Vale University Health Board, (v) Cwm Taf University Health Board, (vi) Hywel Dda Health Board and (vii) Powys Teaching Health Board

This procurement exercise was, for the purposes of Regulation 112 of The Public Contracts Regulations 2015 (the “2015 Regulations”), commenced prior to date on which the 2015 Regulations came into force. Consequently, the services to which this notice relates fall within Part B of Schedule 3, Part 10 of the Public Services Contracts Regulations 2006 (as amended) (the “2006 Regulations”) and these services are being procured in accordance with the 2006 Regulations. Although the Contracting Authority may voluntarily adopt certain provisions in the 2006 Regulations for the purposes of, inter alia, applying selection criteria at PQQ stage, neither the publication of this voluntary notice nor the employment of any

particular terminology nor any other indication shall be taken to mean that the Contracting Authority (or any of the NHS Wales bodies on whose behalf it is acting) () intend to hold themselves bound by any of the Regulations save those applicable to part B services. Accordingly, (by way of example only), although the Contracting Authority is seeking to establish an arrangement under which services will be called off on an ‘as required basis’, which, for the purposes of this procurement exercise shall be referred to as a ‘framework’ such arrangement will not be amount to a framework pursuant to, and as defined by, regulation 19 of the 2006 Regulations.

Bidders should note that they will be required to enter into terms and conditions as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.

The Contracting Authority will not accept completed PQQ's after the stated closing date.

All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

The Contracting Authority reserves the right to evaluate each lot as a separate Framework arrangement.

The Contracting Authority reserves the right to conclude the Framework in whole, in part or annul the tendering process.

All documents to be priced (where applicable) in sterling and all payments made in sterling.

In relation to Section II.1.9 above, variants will be accepted to the extent permitted in the tender documentation (if at all).

Subject always to satisfying the Contracting Authority's minimum selection criteria as set out in the PQQ , there is no limitation on the number of providers who can gain entry onto the Framework.

The tendering process will be undertaken in part via electronic means using the Bravo e-tendering system.

(WA Ref:28768)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: As set out in the ITT, Bidders should consult their legal advisor.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 20-06-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



NHS Wales Procurement Services

Floor 4 Companies House, Crown Way

Cardiff

CF14 3UZ

UK

Jannine Crees

+44 2920903798

jannine.crees@wales.nhs.uk

http://www.procurement.wales.nhs.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



NHS Wales Procurement Services

Floor 4 Companies House, Crown Way

Cardiff

CF14 3UZ

UK

Jannine Crees

+44 2920903798

jannine.crees@wales.nhs.uk

http://www.procurement.wales.nhs.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



NHS Wales Procurement Services

Floor 4 Companies House, Crown Way

Cardiff

CF14 3UZ

UK

Jannine Crees

+44 2920903798

jannine.crees@wales.nhs.uk

http://www.procurement.wales.nhs.uk

ANNEX B

Information About Lots

1     Medium Secure Learning Disability - Male

1)

Short Description

•Medium Secure Learning Disability - Male, as set out in the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

As set out in the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

10     Locked Rehabilitation (Controlled Egress) Mental Health - Female

1)

Short Description

Locked Rehabilitation (Controlled Egress) Mental Health - Female, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

11     Locked Rehabilitation (Controlled Egress) Learning Disability - Male

1)

Short Description

Locked Rehabilitation (Controlled Egress) Learning Disability - Male, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

12     Locked Rehabilitation (Controlled Egress) Learning Disability- Female

1)

Short Description

Locked Rehabilitation (Controlled Egress) Learning Disability- Female, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

13     Open Rehabilitation (Uncontrolled Egress) Mental Health – Male

1)

Short Description

Open Rehabilitation (Uncontrolled Egress) Mental Health – Male, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

14     Open Rehabilitation (Uncontrolled Egress) Mental Health - Female

1)

Short Description

Open Rehabilitation (Uncontrolled Egress) Mental Health - Female, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

15     Open Rehabilitation (Uncontrolled Egress) Learning Disability - Male

1)

Short Description

Open Rehabilitation (Uncontrolled Egress) Learning Disability - Male, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

16     Open Rehabilitation (Uncontrolled Egress) Learning Disability- Female

1)

Short Description

Open Rehabilitation (Uncontrolled Egress) Learning Disability- Female, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Medium Secure Learning Disability - Female

1)

Short Description

Medium Secure Learning Disability - Female, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Medium Secure Mental Health - Male

1)

Short Description

Medium Secure Mental Health - Male, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Medium Secure Mental Health - Female

1)

Short Description

Medium Secure Mental Health - Female, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Low Secure Learning Disability – Male

1)

Short Description

Low Secure Learning Disability – Male, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     Low Secure Learning Disability - Female

1)

Short Description

Low Secure Learning Disability - Female, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

7     Low Secure Mental Health - Male

1)

Short Description

Low Secure Mental Health - Male, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

8     Low Secure Mental Health – Female

1)

Short Description

Low Secure Mental Health – Female, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

9     Locked Rehabilitation (Controlled Egress) Mental Health – Male

1)

Short Description

Locked Rehabilitation (Controlled Egress) Mental Health – Male, as set out within the service specification

2)

Common Procurement Vocabulary (CPV)

85000000

3)

Quantity or scope

as set out within the service specification


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
85000000 Health and social work services Other 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
100 UK - All
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:
20 June 2015
Deadline date:
01 July 2015 00:00
Notice type:
Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
30 November 2015
Deadline date:
20 December 2015 00:00
Notice type:
Contract Award Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
30 December 2015
Notice type:
Contract Award Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
24 December 2015
Notice type:
Additional Information
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
jannine.crees@wales.nhs.uk
Admin contact:
jannine.crees@wales.nhs.uk
Technical contact:
N/a
Other contact:
jannine.crees@wales.nhs.uk

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.