Opportunity

Provision of the Cardiff and Vale Substance Misuse Alliance

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice reference: 2021/S 000-024947

Published 6 October 2021, 4:54pm



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Cardiff and Vale University Health Board, Woodlands House, Maes Y Coed Road

Cardiff

CF14 4HH

Contact

Sarah Yellen

Email

sarah.yellen@wales.nhs.uk

Telephone

+44 02921836449

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

Provision of the Cardiff and Vale Substance Misuse Alliance

Reference number

CAV-OJEU-PROJECT47059

two.1.2) Main CPV code

  • 90743200 - Toxic substances rehabilitation services

two.1.3) Type of contract

Services

two.1.4) Short description

Cardiff and Vale Area Planning Board (CaV APB) is responsible for delivering key elements of the Welsh Government Substance Misuse Delivery Plan in the region and provides strong partnership working and strategic leadership in relation to the planning, commissioning, and performance management of substance misuse treatment and support services. We are seeking a group of provider organisations to work with us to establish a Substance Misuse Alliance. The Alliance will be responsible for transforming the way that Substance Misuse Services are delivered in Cardiff and The Vale of Glamorgan, and embedding these changes across the entire system.

two.1.5) Estimated total value

Value excluding VAT: £25,117,580

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90743200 - Toxic substances rehabilitation services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff and the Vale of Glamorgan

two.2.4) Description of the procurement

Our focus will be on creating systemic change: changes to culture, funding structures, commissioning, and provision which will support a new way of working. Together we will aim to create an environment where provider organisations, people with lived experience, and commissioners share responsibility for achieving outcomes and are mutually supportive - learning from each other, and making decisions based on what’s best for people using services.

We will work as one, sharing decisions and collective responsibility to achieve our goal of a fully integrated and coordinated Substance Misuse system that focuses on people’s strengths, and supports their whole health and wellbeing.

People who have experience of using our services have told us that they need a system whereby they can access harm reduction information and advice easily, and in a way that suits them. Where they might need more than this, they want to only have a single conversation or assessment to access the treatment and support that they need, for as long as they need it, regardless of whether they accessed the system through the health or social care route. When people are accessing a number of different services, they want support to be joined up so that they can discuss their needs holistically and do not have to compartmentalise the issues they are facing.

Ours is an ambitious, whole system approach, requiring commitment and determination to deliver positive outcomes for the people of Cardiff and the Vale who need substance misuse services. Our journey has begun, and we want organisations that are committed to the same values and vision to join us on that journey.

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

Start date

1 July 2022

End date

30 June 2032

This contract is subject to renewal

Yes

Description of renewals

The Contract will be let for a potential 10 year period structured on a 3+3+2+2 basis

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Maximum number: 3

Objective criteria for choosing the limited number of candidates:

Bidders will be required to partner up with organisations to form an Alliance of whom they wish to be joined with for this collaborative approach

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

In the future, there may be potential to expand the Alliance to include some of the organisations listed as alliance members further integrate resources and pool funds. It is anticipated that the South Wales Police and Crime Commissioners’ office will work towards the possibility of joining the Alliance from 2024 for substance misuse services for those in the criminal justice system in Cardiff and the Vale will be around GBP 1.1 million. This is an indicative figure, and the mechanisms for contracting for these services will need to be worked through.

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

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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: 2020/S 001-542419

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 November 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 November 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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 Procurement documents 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 responses after the stated closing date.

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. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of the Cardiff and Vale Area Planning Board.

7. Bidders wishing to participate should visit the Bravo e-tenderwales portal and access the itt_90430

8. Bidders should note that this is a competitive dialogue process.

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=105752

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:

detailed within the Procurement documents which are available from the e-tenderwales portal.

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=114643

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:

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:

detailed within the Procurement documents which are available from the e-tenderwales portal.

(WA Ref:114643)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

Cardiff Crown Court

Cathays Park

Cardiff

CF10 3PG

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.