Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Contact
Paul Thomas
Telephone
+44 2920902255
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Invitation to Tender for Requirement for the Delivery of a Post-registration Foundation Training programme for new pharmacist registrants from September 2022
Reference number
HEIW-FTS-47927
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
HEIW is seeking to commission delivery of a training programme for post-registration foundation pharmacists in Wales. The programme is non- mandated and will provide a career pathway and required transition for emerging new registrants from September 2022 to July 2026 to achieve IP status alongside gaining an RPS credential. This credential will offer recognition of competence at an early career stage, for all employers irrespective of sector of practice and facilitating the pathway to RPS advanced practice.
The programme delivered will be required to meet the learning outcomes of the RPS post-registration foundation pharmacist curriculum. The final curriculum will be published in August 2021.
The RPS curriculum supports the transition to the revised GPhC standards for IETP over the next 5 years. As the implementation of these educational reforms progress, it is anticipated that elements of the clinical content of this curriculum, mainly prescribing, will be phased into the initial education and training period i.e. years 1-5. The clinical content within the post-registration foundation phase will therefore change to support new prescribers develop their confidence, competence and extend their scope of practice and the changes will need to be accommodated within the programme commissioned by HEIW as it transitions towards 2026.
two.1.5) Estimated total value
Value excluding VAT: £2,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
Throughout Wales
two.2.4) Description of the procurement
HEIW is seeking to commission delivery of a training programme for post-registration foundation pharmacists in Wales. The programme is non- mandated and will provide a career pathway and required transition for emerging new registrants from September 2022 to July 2026 to achieve IP status alongside gaining an RPS credential. This credential will offer recognition of competence at an early career stage, for all employers irrespective of sector of practice and facilitating the pathway to RPS advanced practice.
The programme delivered will be required to meet the learning outcomes of the RPS post-registration foundation pharmacist curriculum. The final curriculum will be published in August 2021.
The RPS curriculum supports the transition to the revised GPhC standards for IETP over the next 5 years. As the implementation of these educational reforms progress, it is anticipated that elements of the clinical content of this curriculum, mainly prescribing, will be phased into the initial education and training period i.e. years 1-5. The clinical content within the post-registration foundation phase will therefore change to support new prescribers develop their confidence, competence and extend their scope of practice and the changes will need to be accommodated within the programme commissioned by HEIW as it transitions towards 2026.
two.2.5) Award criteria
Quality criterion - Name: Programme Delivery / Weighting: 2%
Quality criterion - Name: Deliverability / Weighting: 26%
Quality criterion - Name: Context / Weighting: 18%
Quality criterion - Name: Timescale / Weighting: 5%
Quality criterion - Name: Content Delivery / Weighting: 19%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
30
This contract is subject to renewal
Yes
Description of renewals
1 +1 annual intakes to the maximum of 30 months
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.2.14) Additional information
Contract will be to cover a maximum of 4 Annual intakes of students. Each intake is estimated at 18 months each.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see Tender documentation
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see Tender documentation
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-009885
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 September 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 28 February 2022
four.2.7) Conditions for opening of tenders
Date
14 September 2021
Local time
12:00pm
Place
Bravo E tender Wales
Information about authorised persons and opening procedure
Paul Thomas / Melissa Bridgeman
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 refer to Tender documentation in Bravo Etender Wales
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=112907
(WA Ref:112907)
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