Section one: Contracting authority
one.1) Name and addresses
Health Education and Improvement Wales (HEIW)
Ty Dysgu Cefn Coed, Nantgarw,
Cardiff
CF15 7QQ
Contact
Lynsey Reynolds
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
Framework Agreement for the Provision of Various Pharmacy Courses at Higher Education Institutions
Reference number
HEIW-OJEU-111423
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
Health Education and Improvement Wales (HEIW) sits alongside Health Boards and Trusts and have a leading role in the education, training, development, and shaping of the healthcare workforce, supporting high-quality care for the people of Wales.
The HEIW Pharmacy team have a key role in the educational development of staff across Wales. They are therefore required to commission various courses for staff members, at various HEI’s across the UK, to meet their remit of upskilling the pharmacy workforce. Whilst there are currently contracts in place to support courses within Wales, there is nothing in place for university sources in other parts of the UK.
HEIW therefore propose to establish a non-committal framework agreement, for a period of four years, with an option to extend for a further four years, as a compliant solution for the provision of various courses at various higher education establishments across the UK.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Modules and courses delivered at educational level 4 /5
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Lotting Details
This Framework Agreement covers the supply of services across two Lots. Bidders may respond to one or more of the Lots:
Lot 1. Modules and courses delivered at educational level 4 /5 covering the following (but not an exhaustive list):
1. BTEC Level 4 Professional Diploma in Pharmacy Clinical Services
2. Enhanced Practice Programme for Pharmacy Technicians
3. Level 4 diploma in procurement and supply
4. Level 5 advanced diploma in procurement and supply
5. Level 5 diploma of higher education in advanced pharmacy technician practice
Please check the Information for Bidders and specification for more details.
two.2.5) Award criteria
Quality criterion - Name: TECHNICAL / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
10 September 2024
End date
31 August 2028
This contract is subject to renewal
Yes
Description of renewals
Contract Period: 10th September 2024 – 31st August 2028 (with optional extension to 31st August 2032)
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
Modules, PGcert, Diploma and MSc at educational level 7/ 8
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Lotting Details
This Framework Agreement covers the supply of services across two Lots. Bidders may respond to one or more of the Lots:
Lot 2. Modules, PGcert, Diploma and MSc at educational level 7/ 8 covering (but not an exhaustive list):
1. MSc / diploma / PGCert in psychiatric pharmacy practice
2. Clinically enhanced independent prescribing PGCert
3. Clinical pharmacy practice diploma
4. PGCert / Diploma in clinical pharmacy
5. MSc Clinical microbiology and Infectious diseases
6. Masters of Public Health
7. Diploma in pain management
8. Essentials of obstetric medicine
9. MSc / diploma in Pharmaceutical Technology and Quality Assurance
10. MSc Advanced clinical pharmacy practice
11. MSc in perioperative medicine
12. MSc Clinical Pharmacy for secondary and tertiary care
13. MSc Clinical Pharmacy for primary and community care
14. Advanced Paediatric pharmacy practice module
15. MSc in emergency medicine
16. MSc Clinical pharmacy
17. MSc oncology
18. PGCert Cancer Studies
19. Neonatal nutrition
20. Non-medical prescribing
21. Advanced clinical practice
22. Independent prescribing for Pharmacists
23. Practical primary care dermatology
24. Various modules under Tropical medicines
25. PGCert in Gastrointestinal disorders
26. PGCert in Health Professionals Education
Please check the Information for Bidders and specification for more details.
two.2.5) Award criteria
Quality criterion - Name: TECHNICAL / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
10 September 2024
End date
31 August 2028
This contract is subject to renewal
Yes
Description of renewals
Contract Period: 10th September 2024 – 31st August 2028 (with optional extension to 31st August 2032)
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated within 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
Originally published as:
Date
6 August 2024
Local time
12:00pm
Changed to:
Date
7 August 2024
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 August 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Bidders to note that they will be required to enter into terms and conditions of the contract as set out in the tender documents and that save for matters of clarification or consistency, HEIW will not negotiate the terms.
All tender costs and any liabilities incurred by bidders shall be the sole responsibility of the bidders. HEIW reserves the right to
award the Contract in whole or in part. HEIW reserves the right to pause, halt, abandon and/or annul the tendering process and not to award
any or all the Contracts.
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=142729
(WA Ref:142729)
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