Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership
4th Floor, Companies House
Cardiff
CF14 3UB
Contact
Sam Donegan
Telephone
+44 2920903876
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
Provision of an Independent Mental Capacity Advocacy (IMCA) Service
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
Velindre NHS Trust on behalf of Cardiff and Vale, Aneurin Bevan, Cwm Taf, Swansea Bay, Hywel Dda, Betsi Cadwaladr University Health Boards are inviting suitably qualified
organisations to express an interest for provision of an Independent Mental Capacity Advocacy Service (IMCA).
The purpose of the IMCA service is to help particularly vulnerable people who lack the capacity to make important decisions about serious
medical treatment and changes of accommodation. It is available to those who have no family or friends whom it would be appropriate to
consult about these decisions. The service includes adult protection cases (POVAs) and care reviews. IMCA also has a role in the
Deprivation of Liberty Safeguards (DOLs) process. An IMCA may be instructed by the Supervisory Body to support a person for whom an
authorisation is being sought; or to undertake the role of the Relevant Person's Representative, or to provide assistance to the relevant
person and their representative in exercising their rights under the legislation.
two.1.5) Estimated total value
Value excluding VAT: £3,330,864
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
North Wales
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85323000 - Community health services
- 85312310 - Guidance services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
This lot will cover all of North Wales for the Betsi Cadwalder University Health Board
two.2.4) Description of the procurement
Bidder for this lot will be expected to cover IMCA services within the Betsi Cadwaladr University Health Board which covers the whole of North Wales
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
This contract is for 2 years with the option to extend for 2 further years in one year increments
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 East Wales
Lot No
2
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85100000 - Health services
- 85323000 - Community health services
- 85312310 - Guidance services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
This lot will cover the Health Boards within South East Wales
two.2.4) Description of the procurement
Bidders for this lot will be expected to provide IMCA services for the Health Boards in South East Wales. Which are:
Aneurin Bevan University Health Board
Cardiff and Vale University Health Board
Cwm Taf Morgannwg University Health Board
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
This contract is for 2 years with the option to extender for a further 2 years in one year increments.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 Wales
Lot No
3
two.2.2) Additional CPV code(s)
- 85300000 - Social work and related services
- 85100000 - Health services
- 85323000 - Community health services
- 85312310 - Guidance services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
This lot will cover South West Wales
two.2.4) Description of the procurement
The Bidders for this lot will be expected to provide IMCA services to the Health Boards within South West Wales which are:
Swansea Bay University Health Board
Hywel Dda University Health Board
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
This Contract is for 2 years with the option to extend for a further 2 years in one year increments
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
28 September 2023
Local time
12:00pm
Changed to:
Date
20 October 2023
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
28 September 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This service may be retendered prior to the expiry of the contract
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
NHS Wales Shared Services Partnership (NWSSP) (hosted by Velindre University NHS Trust) is operating on behalf of the following Health Boards:
o Aneurin Bevan University Health Board
o Betsi Cadwaladr University Health Board
o Cardiff and Vale University Health Board
o Cwm Taf University Health Board
o Hywel Dda University Health Board
o Swansea Bay University Health Board
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=134380
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 in the tender documentation on etenderwales
(WA Ref:134380)
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