Scope
Reference
CTM-ITT-120564
Description
This PPN aims to provide potential providers with an overview of the opportunity to provide Physical Intervention training within The Mental Health and Learning Disabilities Care group, (MHLD) within Cwm Taf Morgannwg University Health Board which includes Children's and Adolescent Mental Health Services (CAMHS) and other staff who provide services where staff and patients are exposed to significant risk and impact from violence, aggression or significant self-injury. To mitigate these risks and provide staff with the skills to manage complex situations the Care Group was receiving an intensive level of Physical Intervention training (PMVA Module D) with a specialist level of intervention for vulnerable older adults.
The current model will continue with Corporate WOD, Health Safety and Fire responsible for the delivery and update of Module B (Personal Safety and De-escalation) and Module C (Breakaway and Safe Management of Clinically related challenging behaviour) to all health board staff including Mental Health.
Mental Health is responsible for the delivery and update of Mental Health staff that require PMVA Module D as appropriate (Lower, Higher, Refresher)
Due to the nature and environment within the Health Board particularly within certain clinical settings, there is a requirement for the implementation of a robust training model in order to ensure patient & staff safety & compliance.
Total value (estimated)
- £223,818.40 excluding VAT
- £268,582.08 including VAT
Above the relevant threshold
Contract dates (estimated)
- 19 January 2026 to 18 January 2028
- Possible extension to 19 January 2030
- 4 years, 1 day
Description of possible extension:
1 year from 19/01/2028 until 18/01/2029
a further 1 year from 19/01/2029 until 18/01/2030
Options
The right to additional purchases while the contract is valid.
May require further training dates for additional staff to attend from other areas of the Health Board
Main procurement category
Services
CPV classifications
- 80500000 - Training services
Contract locations
- UKL17 - Bridgend and Neath Port Talbot
- UKL15 - Central Valleys
Participation
Legal and financial capacity conditions of participation
Please confirm that you can achieve all of the timescales detailed in the within the service specification.
Please confirm that you have an established base within Wales, preferably within the CTMUHB footprint and will not need to undertake a recruitment process in order to be able to execute the contract.
Please confirm that you can provide use of a POD chair for training purposes.
Please confirm and EVIDENCE that your organisation holds the following:
• Restraint Reduction Network (RRN)
• General Services Association (GSA)
• Highfield Awarding Body for Compliance (HABC)
• CPD Certification Service (CPD)
• Select Accredit (bipsolutions.com)
• The Equality Register (C2E)
Please self-certify that your organisation has a Health and Safety Policy that complies with current legislative requirements.
Please confirm and EVIDENCE that your organisation holds current ISO/IEC 9001 Certification: Quality Management Systems
Please confirm and EVIDENCE that your organisation holds current ISO/IEC 14001 Certification: Environmental Management Systems
Please confirm and EVIDENCE that your organisation holds current ISO/IEC 45001 Certification: Occupational Health & Safety
Please confirm that an appropriately authorised representative of your organisation will attend a monthly performance & KPI review meeting at
CTMUHB upon being invited to do so by the health board.
The provider must be able deliver regular PMVA training to offer 4 full day course and 2day refresher course to be adherent to the GSA model and use of the POD chair
The provider must be up to date with all legislative
requirements
Technical ability conditions of participation
Technical - scored Weighting (60 %)
1. Detailed Methodology 20%
Please provide a detailed methodology for how you intend to deliver the services, as outlined in the specification, utilising your abilities, skills and relevant expertise:
Your response to this question should include, but not be limited to, the following:
• Why your organisation is well placed to deliver this contract successfully.
• Detailed methodology for delivery in line with service specification, including how you would ensure KPIs are monitored and complied with.
• Details of how you intend to successfully manage communication between yourself and CTMUHB during the planning and review of requirements.
• Description of perceived risks relating to the successful delivery of the contract and how these can be mitigated, you may wish to include a risk register (Please note that if a risk register is submitted, this is not included in the 2-page word count and can be added as a separate attachment in e-TenderWales)
Your response to this question must be limited to 2 side/s of A4 (Arial 11, single line spacing).
2. Knowledge and Expertise 20%
Please demonstrate how you will utilise your knowledge and expertise to successfully deliver both the 'planned' and 'reactive' elements of the contract.
Your response to this question should include but not be limited to:
• Details of all individuals that will be involved in undertaking this contract. This should include their relevant qualifications, experience and training history inclusive of their years within the industry and your organisation. Please also include the key point of contact and who will be attending the contract meetings between both parties. (The submission of CVs only as a response will not be accepted as the sole basis for your answer but can be used as supporting evidence. CV attachments will not count towards the page limit for this section).
• In order to illustrate how you would undertake the required Prevention & Management of Violence & Aggression Training (PMVA) meeting the required specification, please provide a case study of a previously completed relevant project, within a Health Care setting. This should illustrate the methodology you would employ to undertake the services, how you would plan the work, how you would liaise with CTMUHB.
• Please outline how your organisation keeps up to date with any changes in legislation, best practise or guidance in the sector and demonstrate how this is used to improve your services.
• Please provide details of what you think the greatest challenges or difficulties would be when working on our sites. Please provide a summary of how your organisation would overcome these challenges.
• Please provide two case studies detailing significant projects undertaken for a comparable healthcare-based client. Please include any challenges that the projects faced and how as an organisation you assisted with the solutions to these.
• Please provide details of how your company manages health and safety. The information provided should cover the process from planning the work, while the work is on site and any learning process after completion. Please also include the experience of those involved with this process including their qualifications and training.
Your response to this question must be limited to 2 side/s of A4 (Arial 11, single line spacing).
3. Mobilisation and Implementation 5%
Please provide a detailed project plan of how you intend to plan and deliver this contract in accordance with the specification. This should include details such as;
• Specific details and suggested timeframes of how you propose to undertake the training
Your response to this question must be limited to 2 side/s of A4 (Arial 11, single line spacing).
4. Reporting 5%
As referenced in the specification the successful provider must undertake an annual training needs analysis/review for monitoring purposes within the Health Board.
This should include details but not limited to:
• Please submit details of how you intend to achieve this
• Please include details on staff surveys and how you would use this data to inform your training
• During the course of the contract, you will be required to meet the KPI's as set out in the specification. Please provide a recent example of similar KPI feedback / performance that you have received from a client for a project or contract where you provide similar services to those detailed within this CONTRACT.
Your response to this question must be limited to 2 side/s of A4 (Arial 11, single line spacing).
5. Well Being of Future Generations Act (2015) 5%
The Well-being of Future Generations (Wales) Act 2015 requires public bodies in Wales to think about the long-term impact of their decisions, to work better with people, communities and each other, and to prevent persistent problems such as poverty, health inequalities and climate change. Please detail how you will assist NHS Wales in meeting its obligations under the Well-being of Future Generations (Wales) Act 2015. Your response should reference the Well-being Goals of the Well-being of Future Generations, linking in with how this applies to this contract.
Your response to this question must be limited to 1 side of A4 (Arial 11, single line spacing).
6. Foundational Economy 5%
Welsh Government has tasked procurement functions across the Public Sector in Wales with, where viable, developing the Foundational Economy across Wales. Welsh Government aim to support the Public Sector in Wales to use and strengthen local supply chains and to look at developing social value within procurement. Please could you advise how you can help NHS Wales in achieving Welsh Government's requirements for Public Sector bodies in Wales by detailing how plan to use and strengthen local supply chains in Wales throughout the life of the contract.
Additional information on Welsh Government's Foundational Economy aims can be located here: The foundational economy | GOV.WALES and here Foundational Economy | Business Wales
Your response to this question must be limited to 1 side of A4 (Arial 11, single line spacing).
7. Carbon Footprint 5%
NHS Wales wishes to reduce the carbon footprint of its supply chains with the aim of being net zero carbon by at the latest 2030. Please provide an overview of how your organisation is working towards reducing the carbon impact of its activities and provide a roadmap detailing how this will progress
Your response to this question must be limited to 2 side/s of A4 (Arial 11, single line spacing).
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
13 October 2025
Enquiry deadline
20 November 2025, 12:00pm
Tender submission deadline
5 December 2025, 12:00pm
Electronic auction will be used
Yes
Submission address and any special instructions
Suppliers will have accessed the PPN (Planned Procurement Notice) via the site
'Sell2Wales' - https://www.sell2wales.gov.wales for this opportunity.
If there are any problems when registering or navigating around the site, suppliers will
need to contact the Bravo Helpdesk (Monday to Friday; 8am to 6pm);
Phone: 0800 069 8634
E-mail: help@bravosolution.co.uk
Suppliers will be notified when any documents will be available on the eTender Wales:
Bravo Solutions website. Please note that the Health Board uses this portal to procure all
of its contracts and it is the sole responsibility of suppliers to ensure that they can access
this portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Award decision date (estimated)
22 December 2025
Recurring procurement
Publication date of next tender notice (estimated): 20 November 2025
Award criteria
Name | Description | Type | Order of importance |
---|---|---|---|
Technical | Technical |
Quality | 1 |
Commercial | Commercial 40% |
Cost | 2 |
Other information
Description of risks to contract performance
Risks to contract performance may include operational disruptions (e.g., equipment failure or
understaffing), poor customer experience, non-compliance with NHS or legal
requirements (such as GDPR and health & safety), financial underperformance,
technology failures, reputational damage from enforcement practices, and lack of flexibility to adapt to changing site or policies.
Procedure
Procedure type
Open procedure
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Documents
Technical specifications to be met
https://etenderwales.bravosolution.co.uk/
As per the tender pack
Contracting authority
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
- Public Procurement Organisation Number: PXWV-6492-CGMN
4-5 Charnwood Court,
Cardiff
CF14 3UZ
United Kingdom
Contact name: Lucy Edmunds
Email: lucy.edmunds2@wales.nhs.uk
Website: http://nwssp.nhs.wales/ourservices/procurement-services/
Region: UKL22 - Cardiff and Vale of Glamorgan
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales