Section one: Contracting authority
one.1) Name and addresses
Kent and Medway NHS and Social Care Partnership Trust
Unit D, New Hythe Business Park, Magnitude House, New Hythe Lane
Aylesford
ME20 6WT
Contact
Lisa Barrett
Country
United Kingdom
Region code
UKJ44 - East Kent
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Kent County Council
30 Kings Hill Avenue
West Malling
ME19 4AE
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Northeast London Foundation NHS Trust
The West Wing, CEME Centre, Marsh Way
Rainham
RM13 8GQ
Country
United Kingdom
Region code
UKJ41 - Medway
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Medway Council
Gun Wharf, Dock Road
Chatham
ME4 4TR
categorymanagement@medway.gov.uk
Country
United Kingdom
Region code
UKJ41 - Medway
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Kent Community Health Foundation NHS Trust
Trinity House, 110-120 Upper Pemberton, Eureka Park, Kennington
Ashford
TN25 4AZ
Country
United Kingdom
Region code
UKJ45 - Mid Kent
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
NHS Kent and Medway
2nd floor, Gail House, Lower Stone Street
Maidstone
ME15 6NB
Country
United Kingdom
Region code
UKJ45 - Mid Kent
Internet address(es)
Main address
https://www.kentandmedway.icb.nhs.uk/
Buyer's address
https://www.kentandmedway.icb.nhs.uk/
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
N/A
one.3) Communication
Additional information can be obtained from the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
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
The Oliver McGowan Mandatory Training and Lived Experience Leaders
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.1.4) Short description
Kent and Medway Integrated Care System ("K&M ICS") is seeking to appoint a suitably skilled, experienced, qualified and collaborative supplier to lead a project to:
Part A: Develop the systems infrastructure and capacity to sustainably deliver The Oliver McGowan Mandatory Training on Learning Disability and Autism™; and
Part B: Grow and support our current and future generations of lived experience leadership.
two.1.5) Estimated total value
Value excluding VAT: £1,120,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80511000 - Staff training services
- 80570000 - Personal development training services
- 98200000 - Equal opportunities consultancy services
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Kent and Medway Integrated Care System ("K&M ICS") is seeking to appoint a suitably skilled, experienced, qualified and collaborative supplier to lead a project to:
Part A: Develop the systems infrastructure and capacity to sustainably deliver The Oliver McGowan Mandatory Training on Learning Disability and Autism™; and
Part B: Grow and support our current and future generations of lived experience leadership.
Kent and Medway NHS and Social Care Partnership Trust, on behalf of K&M ICS, will be acting as the lead authority to procure this contract following an Open Procedure under the UK Public Contract Regulations 2015 and the Trust’s Standing Financial Instructions. The Trust will be awarding one contract for the provision of all services detailed within the specification document published at the time of tender.
The Commencement Date for the delivery of the services is scheduled to be on 5th August 2024 at 00:00 hours. The Contract will be awarded for an initial term of two (2) years. Both Part A and Part B services will be required to run concurrently for an initial period (with a further option to extend at the absolute discretion of the Trust) as stated below:
Part A services: 24 months, with an option to extend for a further period of 12 months; and
Part B services: 12 months, with an option to extend for a further 12 months.
There is a maximum budget of £716,840.60 to deliver the initial terms of the part A and B services.
The Trust is seeking to contract with an organisation that will manage the services to the highest levels of satisfaction, professional standards and cost-effectiveness. The Contractor will be expected to deliver improvements to service delivery and value for money over the life of the contract.
two.2.14) Additional information
This Prior Information Notice (PIN) is to alert the market in advance of the publication the procurement process described in section II.2.4) of this notice. It is currently anticipated that the tender will be published on 30th January 2024.
The value provided in section II.1.5) of this notice represents the Trust's estimate of the total value of the contract opportunity over the entire contract period including any possible extensions (3 years in total). The Trust does not guarantee any contract value associated with this Notice.
The tender process, including the submission of completed tenders, will be managed through the Health Family Single eCommercial System, details of which can be found at https://health-family.force.com/s/Welcome.
two.3) Estimated date of publication of contract notice
30 January 2024
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes