Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Ffôn: +44 1443848585
E-bost: bethan.dyke@wales.nhs.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://nwssp.nhs.wales/ourservices/procurement-services/
Cyfeiriad proffil y prynwr: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Iechyd
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Formative Process Evaluation and Value Based Evaluation for the All Wales Diabetes Prevention Programme (AWDPP)
Cyfeirnod: PHW-OJEU-48554
II.1.2) Prif god CPV
73000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 150 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
73000000
II.2.3) Man cyflawni
Cod NUTS:
UKL
Prif safle neu fan cyflawni:
Public Health Wales
Capital Quarter 2
Cardiff
CF10 4BE
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 15
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
As set out in the Invitation to Tender.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
As set out in the Invitation to Tender.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
23/11/2021
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
23/11/2021
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Ffôn: +44 2079477501
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
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.
VI.5) Dyddiad anfon yr hysbysiad hwn
13/10/2021