Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Procurement Services, Cardiff and Vale University Local Health Board, Woodlands House, Maes-Y-Coed Road,
Cardiff
CF14 4HH
Contact
Lily Prance
Telephone
+44 2921508268
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://nwssp.nhs.wales/ourservices/procurement-services/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
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
Community Development Manager and Community Health Connectors
Reference number
CAV-OJEU-PROJECT53082
two.1.2) Main CPV code
- 85323000 - Community health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Wales Shared Services Partnership (NWSSP), hosted by Velindre NHS Trust are acting on behalf of Cardiff and Vale University Health Board.
Cardiff and Vale University Health Board require support for the accelerated development of multi-disciplinary, multi-agency working and community development approach in order to further progress work in respect of community development and empowering individuals to take more control over their health and wellbeing and also reduce the demands on both GP practice and hospital based services.
two.1.5) Estimated total value
Value excluding VAT: £2,124,964
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
South East Cardiff Cluster
Lot No
1
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
The South East Cardiff Cluster consists of 8 practices who work in collaboration with other key statutory and non-statutory services to meet the needs of the local populations (circa 65,000) This cluster has a history of successful joint working with a wide range of key partners and is currently delivering a range of innovative projects aimed at helping the population of the cluster to be able to manage their own health and wellbeing needs.
The South East Cardiff Cluster is seeking to commission a community development lead worker and a team of Community Health Workers (CHWs) to;
a) Develop a database of support services in the community
b) Develop and provide a telephone service to signpost patients to support
c) Engage in the use of the Elemental software platform to enable seamless referrals to social prescribing across the cluster.
d) Identify service gaps and propose opportunities to fill them
e) Assist community groups to become self-sustaining
f) Support organisations and networks to work together to deliver the objectives of the cluster
g) Create a seamless interface with existing Social Prescribing models already operating in the cluster
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
An option to extend for a further two years in yearly intervals at the sole discretion of the Health Board is included in the month duration above
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
North Cardiff
Lot No
3
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
The North Cardiff Cluster consists of 10 GP practices who work in collaboration with other key statutory and non-statutory services to meet the needs of their local population (103,000 people). This cluster has a history of successful joint working with a wide range of key partners and is currently delivering a range of innovative projects aimed at helping the population of the cluster to be able to manage their own health and wellbeing needs.
The Cluster has received funding from the Health Board/ Welsh Government to support the accelerated development of multi-disciplinary, multi-agency working and community development approach in order to further progress work in respect of community development and empowering individuals to take more control over their health and wellbeing and also reduce the demands on both GP practice and hospital based services.
The Cluster is seeking to commission a similar model to the other lots with a team of Community Development Lead Workers and Health Connector Workers alongside the awarded bidder providing administration and engagement support to maintain delivery of the service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
An option to extend for a further two years in yearly intervals at the sole discretion of the Health Board is included in the month duration above.
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
South West Cluster
Lot No
2
two.2.2) Additional CPV code(s)
- 85323000 - Community health services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
two.2.4) Description of the procurement
Over the last The South West Cluster consists of 10 GP practices who work in collaboration with other key statutory and non-statutory services to meet the needs of their local population (66,000 people) Although not yet a formal ‘entity’ this cluster has a history of successful joint working with a wide range of key partners and is currently delivering a range of innovative projects aimed at helping the population of the cluster to be able to manage their own health and wellbeing needs.
Following a successful bid to Welsh Government –‘Me, My Home, My Community’, Cardiff South West Cluster has secured transformation funding in order to support the accelerated development of multi-disciplinary, multi-agency working and community development approach in order to further progress work in respect of community development and empowering individuals to take more control over their health and wellbeing and also reduce the demands on both GP practice and hospital based services.
The South West Cluster is seeking to commission a similar model as outlined in the other lots for this Cluster with the following expectation from any awarded bidder;
a) Develop a database of support services in the community
b) Develop and provide a telephone service to signpost patients to support
c) Support the development of the Elemental software platform to enable seamless referrals to social prescribing across the cluster.
d) Identify service gaps and propose opportunities to fill them
e) Assist community groups to become self sustaining
f) Support organisations and networks to work together to deliver the objectives of the cluster
g) Create a seamless interface with existing Social Prescribing models already operating in the cluster
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
An option to extend for a further two years in yearly intervals at the sole discretion of the Health Board is included in the month duration above
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 May 2023
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 May 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please note additional information on this procurement:
1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.
3. The Contracting Authority will not accept completed ITT's after the stated closing date.
5.1 4. All documents to be priced (where applicable) in sterling and all payments made in sterling.
5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
6. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the ITT under itt_102210.
7. Bidders should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Cardiff and Vale ULHB
8. Bidders should note that this Procurement is under the Light Touch Regime.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=130731
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:
The Well-being of Future Generations (Wales) Act 2015, potential apprenticeships and volunteering experience.
(WA Ref:130731)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
NHS Wales Shared Services Partnership on behalf of Cardiff and Vale University Local Health Board will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful.
Should additional information be required it should be requested of the addressee in section I.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.