Tender

Pharmacy Access to Programme

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

F02: Contract notice

Notice identifier: 2022/S 000-032584

Procurement identifier (OCID): ocds-h6vhtk-0385f8

Published 17 November 2022, 8:49am



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

Rhian.williams55@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.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/home.html

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/home.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Pharmacy Access to Programme

Reference number

HEIW-ITT-49366

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) is a Special Health Authority and sits alongside Health Boards and Trusts. HEIW have a leading role in the education, training, development, and shaping of the healthcare workforce, supporting high-quality care for the people of Wales.

HEIW are an approved City and Guilds centre for the delivery of the PRPT Programme across Wales; the PRPT Programme is funded and delivered through an apprenticeship framework by the Welsh Government (WG). HEIW are seeking a provider(s) to fulfil a need for delivery of one or more qualifications, being GCSE or level 2 equivalent, which will allow candidates to meet the compulsory entry criteria for the HEIW Modern Apprentice Pre-Registration Pharmacy Technician Training Programme (PRPT).

The compulsory entry criteria of the PRPT are for individuals to hold a minimum of 4 GCSE’s at grade C or above (or level 2 equivalent) including English, Maths, Science and also offer Digital Literacy.

HEIW are looking for a provider that will be able to provide the above qualifications as detailed in the Instruction To Bidder documentation.

two.1.5) Estimated total value

Value excluding VAT: £182,000

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

Face to Face Delivery

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

Face to Face Delivery - Lot 1 is further broken down into geographical sub-lots (therefore requiring face to face learning takes place within the geographical boundary of the Health Board) as demonstrated under table 1 below. The Contractor(s) will therefore be required to deliver education and training Services within the Geographic Boundaries of the Sub-lot(s) they are bidding for. It is the Contracting Authority’s intention to award one Contract per Sub-lot and as appropriate, Accordingly, each Sub-lot will be evaluated separately.

two.2.5) Award criteria

Quality criterion - Name: technical / Weighting: 75

Price - Weighting: 25

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

12 months optional extension

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

Distance Learning

Lot No

2

two.2.2) Additional CPV code(s)

  • 80100000 - Primary education services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Distance Learning - The Contractor is required to deliver the required qualification of Synchronous Learning and Asynchronous Learning to support those employed within NHS Wales and by providers to NHS Wales to achieve the required GCSE’s qualification. The Lot shall be awarded to one supplier and delivery requirement are detailed below:

Via a virtual learning environment provide a distance learning approach:

-Provide learning materials online.

-This approach to learning should be supported with both synchronous and asynchronous learning activity.

-Provide regular access to a dedicated tutor.

-Provide access to Student forums and learning events.

-Whilst on Placement, Students should be supported with synchronous learning activities.

-The EP must allow Students to access a full online library service and support service.

two.2.5) Award criteria

Quality criterion - Name: technical / Weighting: 75

Price - Weighting: 25

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

12 month optional extension

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 detailed in the procurement 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

As set out in the Procurement documentation. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the procurement documentation and that save for matters of clarification or consistency the Contracting Authority will not negotiate terms.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

Date

7 December 2022

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: 7 March 2023

four.2.7) Conditions for opening of tenders

Date

7 December 2022

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

The Services to which this Notice relates fall within Regulations 74 to 76 of the Public Contracts Regulations 2015 (Regulations). Although HEIW may voluntarily adopt certain provisions in the Regulations neither the employment of any terminology nor any other indication shall be taken to mean that the contracting authority intends to hold itself bound by any of the Regulations save those applicable to services falling within Regulations 74 to 76. Bidders to note that they will be required to enter terms and conditions of contract asset out in the tender documents and that save for matters of clarification or consistency, HEIW will not negotiate the terms. As this is a procurement that falls under the Light Touch Regime, HEIW proposes to use a procurement procedure which is akin to the open procedure. All tender costs and any liabilities incurred by bidders shall be the sole responsibility of the bidders. HEIW reserves the right to award the Contracts in whole or in part. HEIW reserves the right to pause, halt, abandonand/or annul the tendering process and not to award any or all the Contracts. Delivery of the services are to commence upon the anticipated Services Commencement Date (that is, on or around 05/01/2023).To complete your formal proposal, please access the ITT via the Bravo eTenderwales portal where you will find a full suite of tender documentation. 1.Register your company https://etenderwales.bravosolution.co.uk/andclickthelinktoregister. 2.Express an Interest in the tender:-Click"ITTopentoallsuppliers"-ClickITT_99260 and express interest-This will move the ITT into your " my ITTs" page-You can access any attachments by clicking "buyer attachments" in the "ITT details" box 3. Responding to the tender-Click "my response" under" ITT details", you can choose to "create response" or to "decline to respond"- You can now use the "messages" function to communicate-NOTE:Under the terms of this contract the successful supplier(s) will be required to deliver Social Value/Community Benefits in support of the authority’s economic, environmental and social objectives. Accordingly, contract performance conditions may relate to social, economic and environmental considerations. The Social Value/ Community Benefits included in this contract are: Detailed in the tender documentation NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Walesathttps://www.sell2wales.gov.wales/search/search_switch.aspx?

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=126659

(WA Ref:126659)

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