Notice Information
Notice Title
External Evaluation of Improvement Cymru's Performance & Effectiveness
Notice Description
Improvement Cymru, Public Health Wales is looking to commission an experienced evaluation partner between September 2022 and June 2024. They will undertake a mixed-methods evaluation of the coaching and support that Improvement Cymru provides to Health Boards and trusts to identify patient safety and harm reduction priorities, including activities toward improving patient safety capability and delivery, and support to spread and scale these activities.
Lot Information
Lot 1
Improvement Cymru, Public Health Wales is looking to commission an experienced evaluation partner between September 2022 and June 2024. They will undertake a mixed-methods evaluation of the coaching and support that Improvement Cymru provides to Health Boards and trusts to identify patient safety and harm reduction priorities, including activities toward improving patient safety capability and delivery, and support to spread and scale these activities. Evaluation activities can include care of patients and staff wellbeing. It will also mean contact with senior managers and executive-level support, as well as contact with staff who will receive training/coaching, and secondary contact with other stakeholders e.g. wider staff such as champions, administrative support/ancillary staff, wider networks in the same/different disciplines. Consideration should be given to models such as the Kirkpatrick Model for training evaluation. It should be noted that the requirement for completing any necessary DBS checks will be the responsibility of the successful tender bidder. The evaluation needs to consider which factors contribute to the likely implementation, sustainability, spread and scale of patient safety and harm reduction improvements in practice. The evaluation will comprise of formative and summative elements. We will be looking for the provider to evaluate the: Support provided to health boards and trusts to identify and improve patient safety and harm reduction priorities. Support provided to organisations' senior leaders, managers and frontline staff, to achieve a mature and sustainable approach to building their improvement capability and applying it to their local quality and safety priorities. Impact of intensive support from regional teams working locally within organisations to 'swarm' over problems and identify context-specific solutions. Impact of improvement enablers, tools, change packages, networks, capability-building programmes, approaches or similar to improving patient safety and harm reduction. Impact of change management processes aimed at improving patient safety and reduce harms. Support provided to effectively spread and scale local improvements to become nationally embedded and sustained despite unique technical, social and cultural elements.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c5a8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012526-2023
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79313000 - Performance review services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £197,563 £100K-£500K
Notice Dates
- Publication Date
- 2 May 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 2 Oct 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)
- Contact Name
- Not specified
- Contact Email
- bethan.dyke@wales.nhs.uk
- Contact Phone
- +44 1443848585
Buyer Location
- Locality
- CARDIFF
- Postcode
- CF15 7QZ
- Post Town
- Cardiff
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL5 South East Wales
- Small Region (ITL 3)
- TLL51 Central Valleys and Bridgend
- Delivery Location
- TLL Wales
-
- Local Authority
- Rhondda Cynon Taf
- Electoral Ward
- Taff's Well
- Westminster Constituency
- Cardiff North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03c5a8-2023-05-02T14:42:21+01:00",
"date": "2023-05-02T14:42:21+01:00",
"ocid": "ocds-h6vhtk-03c5a8",
"description": "Please note additional information on this procurement: 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. (WA Ref:131204)",
"initiationType": "tender",
"tender": {
"id": "PHW-FTS-50489",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "External Evaluation of Improvement Cymru's Performance & Effectiveness",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
},
"mainProcurementCategory": "services",
"description": "Improvement Cymru, Public Health Wales is looking to commission an experienced evaluation partner between September 2022 and June 2024. They will undertake a mixed-methods evaluation of the coaching and support that Improvement Cymru provides to Health Boards and trusts to identify patient safety and harm reduction priorities, including activities toward improving patient safety capability and delivery, and support to spread and scale these activities.",
"lots": [
{
"id": "1",
"description": "Improvement Cymru, Public Health Wales is looking to commission an experienced evaluation partner between September 2022 and June 2024. They will undertake a mixed-methods evaluation of the coaching and support that Improvement Cymru provides to Health Boards and trusts to identify patient safety and harm reduction priorities, including activities toward improving patient safety capability and delivery, and support to spread and scale these activities. Evaluation activities can include care of patients and staff wellbeing. It will also mean contact with senior managers and executive-level support, as well as contact with staff who will receive training/coaching, and secondary contact with other stakeholders e.g. wider staff such as champions, administrative support/ancillary staff, wider networks in the same/different disciplines. Consideration should be given to models such as the Kirkpatrick Model for training evaluation. It should be noted that the requirement for completing any necessary DBS checks will be the responsibility of the successful tender bidder. The evaluation needs to consider which factors contribute to the likely implementation, sustainability, spread and scale of patient safety and harm reduction improvements in practice. The evaluation will comprise of formative and summative elements. We will be looking for the provider to evaluate the: Support provided to health boards and trusts to identify and improve patient safety and harm reduction priorities. Support provided to organisations' senior leaders, managers and frontline staff, to achieve a mature and sustainable approach to building their improvement capability and applying it to their local quality and safety priorities. Impact of intensive support from regional teams working locally within organisations to 'swarm' over problems and identify context-specific solutions. Impact of improvement enablers, tools, change packages, networks, capability-building programmes, approaches or similar to improving patient safety and harm reduction. Impact of change management processes aimed at improving patient safety and reduce harms. Support provided to effectively spread and scale local improvements to become nationally embedded and sustained despite unique technical, social and cultural elements.",
"awardCriteria": {
"criteria": [
{
"name": "Programme Outline",
"type": "quality",
"description": "10"
},
{
"name": "Experience",
"type": "quality",
"description": "20"
},
{
"name": "Delivery Team",
"type": "quality",
"description": "10"
},
{
"name": "Work Required",
"type": "quality",
"description": "40"
},
{
"name": "Training Material and Learning Resources",
"type": "quality",
"description": "10"
},
{
"name": "Carbon Footprint",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
}
],
"deliveryAddresses": [
{
"region": "UKL"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"reviewDetails": "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."
},
"awards": [
{
"id": "012526-2023-PHW-FTS-50489-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-81731",
"name": "RSM UK Consulting Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-109",
"name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
"identifier": {
"legalName": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
},
"address": {
"streetAddress": "4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw",
"locality": "Cardiff",
"region": "UK",
"postalCode": "CF15 7QZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1443848585",
"email": "bethan.dyke@wales.nhs.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://nwssp.nhs.wales/ourservices/procurement-services/",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "07",
"description": "Health"
}
]
}
},
{
"id": "GB-FTS-81731",
"name": "RSM UK Consulting Limited",
"identifier": {
"legalName": "RSM UK Consulting Limited"
},
"address": {
"streetAddress": "Number One Lanyon Quay",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT13LG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890234343",
"faxNumber": "+44 2890439077"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-109",
"name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
},
"contracts": [
{
"id": "012526-2023-PHW-FTS-50489-1",
"awardID": "012526-2023-PHW-FTS-50489-1",
"status": "active",
"value": {
"amount": 197563,
"currency": "GBP"
},
"dateSigned": "2022-10-03T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:121885-2022:TEXT:EN:HTML"
}
],
"language": "en"
}