Tender

Community and Psychological Support (CAPS) for Cardiff East Cluster

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

F02: Contract notice

Notice identifier: 2025/S 000-072765

Procurement identifier (OCID): ocds-h6vhtk-05de9e

Published 11 November 2025, 12:32pm



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

Contact

Marisa Riley

Email

marisa.riley2@wales.nhs.uk

Telephone

+44 2921501085

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.ukp.app.jaggaer.com/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.ukp.app.jaggaer.com/home.html

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

Community and Psychological Support (CAPS) for Cardiff East Cluster

Reference number

CAV-CP-61136

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust, are acting on behalf of Cardiff and Vale University Local Health Board who are seeking to award a contract for Community and Psychological Support (CAPS) for Cardiff East Cluster. This service aims to deliver an innovative, holistic model of care that integrates social prescribing with guided psychological self-help for individuals registered with one of the four GP practices in the East Cardiff Cluster. The CAPS initiative will support vulnerable and at-risk groups experiencing mild to moderate mental health issues through an 8-session intervention pathway, combining assessment, tailored self-help strategies, and relapse prevention. The service will be delivered by two full-time practitioners based in GP practices, working collaboratively with community partners to strengthen local networks and improve mental wellbeing. The provider will also be expected to support digital referral systems, attend cluster meetings, and embed principles of person-centred care, equality, and sustainability throughout service delivery.

two.1.5) Estimated total value

Value excluding VAT: £160,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff East Clusters - 4 practices Brynderwen Surgery, Llan Healthcare, Rumney Primary Care Centre, and Meddygfa Willowbrook Surgery.

two.2.4) Description of the procurement

The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust, are acting on behalf of Cardiff and Vale University Local Health Board who are seeking to award a contract for the delivery of Community and Psychological Support (CAPS) within the Cardiff East Cluster.

This procurement is for a third sector provider to deliver a holistic, community-based support service that integrates social prescribing with guided psychological self-help.

The CAPS model will consist of an eight-session intervention pathway, beginning with an initial assessment, followed by sessions focused on social prescribing, guided self-help strategies, and concluding with relapse prevention. The service will be delivered by two full-time practitioners, based within GP practices, who will work collaboratively with patients and community partners to address mild to moderate mental health needs and improve overall wellbeing.

The provider will be expected to:

-Deliver person-centred care aligned with the “What Matters” principle.

-Utilise evidence-based tools such as those from the Centre for Clinical Interventions (CCI).

-Apply Routine Outcome Measures (ROMs) and Patient Reported Experience/Outcome Measures (PREMs/PROMS).

-Support the development and use of the Elemental software platform for seamless referrals.

-Attend Cluster and GMS Collaborative meetings to maintain engagement with primary care professionals.

-Build strong relationships with voluntary and statutory services within the Cluster.

-Ensure service accessibility in both Welsh and English, and accommodate diverse communication needs including BSL and interpreter services.

-Embed principles from key Welsh legislation including the Well-being of Future Generations (Wales) Act 2015, Mental Health (Wales) Measure 2010, and the Social Services and Well-being (Wales) Act 2014.

The contract value is capped at 80,000GBP per annum which includes practitioner salaries and administrative support.

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

Start date

1 February 2026

End date

31 January 2027

This contract is subject to renewal

Yes

Description of renewals

yes 12 months

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


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 December 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 December 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: Contract Award Notice (Intention to Award) - F03 - Jan 2025

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

This is a Provider Selection Regime Wales (PSR Wales) Contract Notice. The awarding of this contract is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015/Procurement Act 2023 do not apply to this award.

Procurement documents, including detailed instructions on how to submit bids and the required information, are available at the following link: https://etenderwales.bravosolution.co.uk/home.html. The criteria for contract award decisions can also be found there.

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=157816

(WA Ref:157816)

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