Section one: Contracting authority/entity
one.1) Name and addresses
NHS Wales Shared Services Partnership
Cardiff and Vale University Health Board, 2nd Floor Woodland House, Maes Y Coed Road, Heath
Cardiff
CF14 4HH
Telephone
+44 02921834657
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
http://www.procurement.wales.nhs.uk
Buyer's address
http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UPGRADE THE CURRENT IT HELPDESK SUPPORT/CALL LOGGING SYSTEM
Reference number
STA 2020/2021 102
two.1.2) Main CPV code
- 50334120 - Upgrade services of telephone switching equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Due to high demand on the Helpdesk to support Covid requirements and also mobile working the current system is no longer supported or fit for purpose. The upgrade will support and improve the user experience in contacting the helpdesk (Current call wait is around 2 hours) and support a more streamlined and faster response time to fix issues/faults and requests. This upgrade will be a cloud based solution on x 60 licences (an increase of x33 on the current solution
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £170,262.44
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
The service will provide interventions for adults over the age of 18 who do not meet the criteria for tier 3 support or are reticent to change, and deemed to be at the pre contemplative stage of the cycle of change. The service will also provide short term interim support for individuals waiting to access tier 3 treatment.
The service provider will provide a range of specialist substance misuse interventions based on an assessment of need and (for structured and semi-structured provisions) contained within a care plan agreed with the service user.
At the less complex end of the Tier 2 spectrum of need, the service provider will offer interventions aimed at minimising harm and reducing the level of risk to individuals, as well as proactively engaging with those reticent to change - working towards engaging them in structured or semi structured support. Alongside this the service will work proactively to engage with those deemed difficult to reach, including BME communities, sex workers, substance users identifying as LGBT, and homeless and roofless substance users. ue to Covid19 and other factors there has been a delay in the planned recommissioning timeline. The Health Board have agreed to extend existing services to 31st March 2022 to allow the full recommissioning Tender to be completed.
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The current system is no longer supported by the supplier and is not fit for purpose. The new upgraded version of the application will provide the functionality to enable a much improved user experience and enable the IT Service Desk to provide a more professional service. Having an upgrade of the current application will also enable a seamless migration of the existing data in a modern cloud based solution which will support ongoing maintenance by the supplier and can be implemented at speed to enable mitigation of risk of the existing non supported application
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract/concession
Contract No
STA 2018/2019 [209]
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
4 November 2020
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Ivanti UK Ltd
3 Arlington Square, Downshire Way
Bracknell
RG121WA
Telephone
+44 7713988565
Country
United Kingdom
NUTS code
- UKJ11 - Berkshire
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession: £590,461
Section six. Complementary information
six.3) Additional information
(WA Ref:108718)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, the strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Should additional information be required from the addressee in section 1.1 Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015.