Opportunity

The Oliver McGowan Mandatory Training and Lived Experience Leaders

  • Kent and Medway NHS and Social Care Partnership Trust

F02: Contract notice

Notice reference: 2024/S 000-003269

Published 31 January 2024, 4:37pm



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

Email

kmpt.procurement@nhs.net

Country

United Kingdom

NUTS code

UKJ44 - East Kent

Internet address(es)

Main address

https://www.kmpt.nhs.uk

Buyer's address

https://www.kmpt.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to 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

NHS Kent and Medway (the "Authority"), on behalf of the 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 ("KMPT") is acting on behalf of the Authority and the K&M ICS to procure this contract following an Open Procedure under the UK Public Contract Regulations 2015 and KMPT's Standing Financial Instructions. The Authority will be awarding one contract for the provision of all services detailed within the specification document published at the time of tender. The successful Supplier will be required to enter into a contract with NHS Kent and Medway.

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

NHS Kent and Medway (the "Authority"), on behalf of the 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 ("KMPT") is acting on behalf of the Authority and the K&M ICS to procure this contract following an Open Procedure under the UK Public Contract Regulations 2015 and KMPT's Standing Financial Instructions. The Authority will be awarding one contract for the provision of all services detailed within the specification document published at the time of tender. The successful Supplier will be required to enter into a contract with NHS Kent and Medway.

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 Authority) 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 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, with an option to extend for a further period or periods up to a maximum of one (1) year, subject to performance and the absolute discretion of the Authority. The maximum duration of this Contract shall be no longer than three (3) years in total.

The Authority is seeking to contract with an organisation that will manage the services to the highest levels of satisfaction, professional standards and cost-effectiveness. The Supplier will be expected to deliver improvements to service delivery and value for money over the life of the contract.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,120,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

5 August 2024

End date

4 August 2027

This contract is subject to renewal

Yes

Description of renewals

The Contract will be awarded for a period of an initial two (2) years, with an option to extend for a further period or periods up to a maximum of one (1) year, subject to performance and the absolute discretion of the Authority. The duration of this Contract shall be no longer than three (3) years in total.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-001190

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

Date

12 March 2024

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

12 March 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The tender process, including the submission of completed tenders, must be submitted through the Health Family Single eCommercial System. To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.

Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:

Phone: 0800 9956035

E-mail: support-health@atamis.co.uk

The value provided in section II.1.5) of this notice represents the Authority's estimate of the total value of the contract opportunity over the entire contract period including any possible extensions (3 years in total). The Authority does not guarantee any contract value associated with this Notice.

The Information for Bidders document contains the mandatory selection criteria which must be met by the potential candidates.

The Authority expressly reserves the right:

i. not to award any contract as a result of the procurement process commenced by publication of this notice;
ii. to make whatever changes it may see fit to the content and structure of the requirements during the tender phase ;

and in no circumstances will be liable for any costs incurred by the candidates.

Further information about the contract opportunity can be found in the tender document set which will be made available via the portal to bidders registering their interest in this procurement.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Email

royalcourtsofjustice.jc@gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/