Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Frontline Procurement, Swansea Bay University Health Board, Block A, Neath Port Talbot Hospital, Baglan Way.
Baglan
SA12 7BX
Contact
Nicola Craven
Telephone
+44 2921501500
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
PSALT - Tier 3 Specialised Service for People with an Opioid Dependency
Reference number
SBU-CP-60223
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
Swansea Bay University Health Board (SBUHB) proposes to commission the service of a Tier 3 specialised service for people with an opioid dependency in accordance with the criteria outlined in the specification (Available on BravoEtenderwales).
This enhanced service specification outlines a specialised service for people with an opiate dependency.
The specification of this service is designed to cover the enhanced aspects of clinical care of the patient, all of which are beyond the scope of essential services within general practice. The objectives of this service specification are to:
- detail the specifications required to deliver Tier 3 specialised service for people with an opioid dependency for people who are residents in SBUHB area.
- ensure minimum standards of care are set for the service.
- ensure equitable access to Tier 3 specialised service for people with an opioid dependency
- identify services that are able to provide Tier 3 specialised service for people with an opioid dependency for Welsh patients.
- improve outcomes for people accessing substance use services.
The contract duration is from 5th December 2025 to 31st March 2027
two.1.5) Estimated total value
Value excluding VAT: £272,571
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
Within Swansea Bay University Health Board Footprint
two.2.4) Description of the procurement
Swansea Bay University Health Board (SBUHB) proposes to commission the service of a Tier 3 specialised service for people with an
opioid dependency in accordance with the criteria outlined in the specification (Available on BravoEtenderwales).
This enhanced service specification outlines a specialised service for people with an opiate dependency.
The specification of this service is designed to cover the enhanced aspects of clinical care of the patient, all of which are beyond the scope
of essential services within general practice. The objectives of this service specification are to:
- detail the specifications required to deliver Tier 3 specialised service for people with an opioid dependency for people who are residents
in SBUHB area.
- ensure minimum standards of care are set for the service.
- ensure equitable access to Tier 3 specialised service for people with an opioid dependency
- identify services that are able to provide Tier 3 specialised service for people with an opioid dependency for Welsh patients.
- improve outcomes for people accessing substance use services.
The contract duration is from 5th December 2025 to 31st March 2027
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £272,571
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
16
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.1.2) 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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
As appropriate under GMS Regulations/NHS Standard Terms & Conditions
three.2.2) Contract performance conditions
As per tender 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
Date
1 September 2025
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
2 September 2025
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: Prior to Contract End Date.
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
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=154757
(WA Ref:154757)
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