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.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
royalcourtsofjustice.jc@gov.uk
Country
United Kingdom