Tender

Formative Process Evaluation and Value Based Evaluation for the All Wales Diabetes Prevention Programme (AWDPP)

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

F02: Contract notice

Notice identifier: 2021/S 000-025611

Procurement identifier (OCID): ocds-h6vhtk-02eb78

Published 13 October 2021, 4:15pm



The closing date and time has been changed to:

19 November 2021, 12:00pm

See the change notice.

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

Email

bethan.dyke@wales.nhs.uk

Telephone

+44 1443848585

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

https://etenderwales.bravosolution.co.uk/web/login.shtml

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/web/login.shtml

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

Formative Process Evaluation and Value Based Evaluation for the All Wales Diabetes Prevention Programme (AWDPP)

Reference number

PHW-OJEU-48554

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The principal objectives of the procurement are to:

Commission a partner to undertake external formative process evaluation for the AWDPP.

Obtain an agreement compliant with the PHW NHS Trust’s SFIs for the procurement of the evaluation of the AWDPP.

Ensure value for money principles are adhered to via a procurement provisioned to support a national service.

two.1.5) Estimated total value

Value excluding VAT: £150,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Public Health Wales

Capital Quarter 2

Cardiff

CF10 4BE

two.2.4) Description of the procurement

Through this tender, Public Health Wales wishes to commission a Formative Process Evaluation of the AWDPP. Considering the intervention and assumptions, it is anticipated that the evaluation will answer the following questions in order to understand if the intervention is supporting the prevention of diabetes in Wales.

The evaluation must address interaction with context, implementation (including consideration of value based care and Wales Prudent Healthcare Principles), mechanism of impact, and short term outcomes through participant and practitioner feedback. The formative process evaluation will be addressed through exploration of:

Interaction within context: Understanding the dynamic contextual factors, which influence implementation, intervention mechanism and impact/outcomes. What considerations are needed to support replicability of success across Wales and in different populations?

Implementation: Is the intervention being implemented as planned (model of delivery, fidelity of intervention, resources, level of integration with other services)?; how this is achieved?; what is working well/not?; what are the enablers and barriers to implementation?; who is offered the intervention?; reasons for uptake or refusal?; is the implementation in line with value-based care/prudent healthcare principles?

Mechanism of impact: exploring the causal mechanisms of the intervention; professional and participant responses to/interactions with intervention; participants’ actions following intervention; unintended consequences of the intervention offer/uptake.

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

15

This contract is subject to renewal

No

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in the Invitation to Tender.

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 set out in the Invitation to Tender.


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

23 November 2021

Local time

12:00pm

Changed to:

Date

19 November 2021

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

23 November 2021

Local time

12:00pm


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

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 Public Health Wales NHS Trust.

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=114852

(WA Ref:114852)

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 Public Health Wales NHS Trust 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.