Tender

EEAST - DPS Framework for Learning and Training Services (24-T23)

  • East of England Ambulance Service NHS Trust

F02: Contract notice

Notice identifier: 2025/S 000-007136

Procurement identifier (OCID): ocds-h6vhtk-04e7bb

Published 25 February 2025, 11:50am



Section one: Contracting authority

one.1) Name and addresses

East of England Ambulance Service NHS Trust

Whiting Way

Melbourn

SG8 6EN

Contact

Emma Saunderson

Email

tenders@eastamb.nhs.uk

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

https://www.eastamb.nhs.uk/

Buyer's address

https://www.eastamb.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

EEAST - DPS Framework for Learning and Training Services (24-T23)

Reference number

24-T23

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The East of England Service NHS Trust (“the Authority”) covers the six counties which make up the East of England – Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk and provides a range of services, but is best known for the 999-emergency service. Our dedicated and skilled staff work 365 days a year, 24 hours a day to make sure patients receive the best possible care.

Our diverse area is spread over about 7,500 square miles and contains a mix of rural, coastal and urban areas – from Watford to Wisbech and Cromer to Canvey Island. Our services are tailored to meet the needs of each community’s differing environmental and medical needs.

The Authority employs more than 5,000 staff and 1,000 volunteers to deal with 1,384,547 emergency calls every year. Staff and volunteers are trained and experienced in caring for patients in a variety of situations, ranging from life-threatening illness and injury to less serious situations such as falls in the home or patients with minor injuries.

In addition, the Authority handles more than one million non-emergency patient journeys to and from routine hospital appointments. Further information regarding the Authority can be obtained from www.eastamb.nhs.uk.

This is a procurement to establish a Dynamic Purchasing System (DPS) of multiple categories and suppliers to provide a range of Learning & Training Services to the Authority.

The contract notice relates to the setting up of a Dynamic Purchasing System (DPS) which will be by the East of England Ambulance Service to procure a range of Learning & Training Services

The Dynamic Purchasing System will be valid until 27th October 2028. Throughout the life of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions

In section II.2 - I cannot see this section but under II.2.7 - Description of renewals can you add the following please
Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

two.1.5) Estimated total value

Value excluding VAT: £16,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Category 1 – Continuous Professional Development (CPD) (including blue light)

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

The Authority is looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
Continuous Professional Development (Including Blue Light)
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:

• Introduction to Public Procurement
• Strategic Media Handling
• Minute Writing and Note Taking
• Recruitment and Selection Training
It is not essential that providers can offer every training course mentioned within this non-exhaustive list. During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification.

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 10 – Culture and Engagement

Lot No

10

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following solutions:
Culture and Engagement
Providers should ideally be able to supply a comprehensive range of solutions that fall within this category including (but not limited to) services such as:
• The ability to run staff surveys of any description and provide reports and analysis
• The ability to provide cultural diagnostic tools to aid analytical investigations into cultural matters
• The ability to build staff engagement through crowd sourcing initiatives that support the employee voice and aid co-creation of a defined solution
• The ability to provide cultural and/or cultural relevant programmes that help build compassionate, inclusive and supportive cultures
It is not essential that providers can offer every training course mentioned within this non-exhaustive list. During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 11 – Workshop / Fleet Technician OR Technician Training

Lot No

11

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following solutions:
Workshop/ Fleet Technician
Providers should ideally be able to supply a comprehensive range of solutions that fall within this category including (but not limited to) services such as:
• Windscreen repairs
• Auto electrics
• MOT
It is not essential that providers can offer every training course mentioned within this non-exhaustive list. During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 12 – Estates Training

Lot No

12

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following solutions:
Estates
Providers should ideally be able to supply a comprehensive range of solutions that fall within this category including (but not limited to) services such as:
• Responsible Persons (RP)
• Asbestos Awareness
• Legionella Courses
• Premises Assurance Modelling Course (PAM)
It is not essential that providers can offer every training course mentioned within this non-exhaustive list. During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 2 – Leadership and Development

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
Leadership and Development
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:

• Certificate and Award in Management – BTEC Level 3 and Level 5
• ILM Level 3
• ILM Level 5
• ILM Level 7
• Conflict resolution
• Strategic Leadership
• Leader as coach
• Leading through change
• Leadership programmes at all management tiers, from developing manager through to Executive lead
It is not essential that providers can offer every training course mentioned within this non-exhaustive list.
Suppliers must also be able to provide services that include:
• The ability to conduct training needs analysis on behalf of EEAST
• The ability to build bespoke solutions based on training needs analysis for EEAST
• The option to provide complete training solutions, part solutions (co-facilitation and creation of courses) and train the trainer options.
• The ability to deliver courses face to face, across the entire Eastern region, alongside virtual courses, where required.
During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.d

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 3 – Equality, Diversity and Inclusion

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
Equality, Diversity and Inclusion
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:

• Equality Act 2010 within the Workplace
• Equality and Diversity within the Workplace
• Unconscious Bias Training
• Cultural Competence development
• Creating speak up cultures
• Inclusive leadership courses suitable for all levels of Leadership, including Executive and Board
It is not essential that providers can offer every training course mentioned within this non-exhaustive list.
Suppliers must also be able to provide services that include:

• The ability to conduct EDI training needs analysis on behalf of EEAST
• The ability to build bespoke EDI training solutions based on training needs analysis for EEAST
• The option to provide complete training solutions, part solutions (co-facilitation and creation of courses) and train the trainer options.
• The ability to deliver courses face to face, across the entire Eastern region, alongside virtual courses, where required.
During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 4 – IT

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
IT
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:
• Microsoft packages
• Adobe
• SharePoint
It is not essential that providers can offer every training course mentioned within this non-exhaustive list. During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 5 – Project Management

Lot No

5

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
Project Management
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:
• PRINCE 2
• Foundation
• Foundation and Practitioner
• Practitioner Re-Registration
• Project Management Diploma
• Lean Six Sigma (All levels)
It is not essential that providers can offer every training course mentioned within this non-exhaustive list. During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 6 – Coaching and Mentoring

Lot No

6

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
Coaching and Mentoring
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:
• Coaching and Mentoring Level 3
• Coaching and Mentoring Level 5
• Mentoring in the Workplace
• Individual coaching
• Group and/or team coaching
• Coaching for performance
• Coaching services suitable for all levels of employee from colleague to Executive lead
It is not essential that providers can offer every training course mentioned within this non-exhaustive list.
Suppliers must also be able to provide services that include:
• The ability to conduct training needs analysis on behalf of EEAST
• The ability to build bespoke coaching solutions based on training needs analysis for EEAST
• The ability to deliver coaching face to face, across the entire Eastern region, alongside virtual coaching, where required.
During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 7 – Learning and Development

Lot No

7

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
Learning and Development
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:

• Clinical CPD courses suitable for Paramedics, Allied Health professionals and associates
• Mentoring and coaching
• Clinical management
• Resuscitation Council UK Approved Courses
• Advance life support courses
• Advance Clinical skills courses
• Award in training & Education Level 3
• Performance under pressure
• Maternity and Obstetrics CPD – including Advanced skills
• Mental health CPD
• Level 7 and Level 6 Higher Education CPD Courses
• Clinical Education Publications
• Anatomy and Surgery Skills for paramedics
It is not essential that providers can offer every training course mentioned within this non-exhaustive list.
Suppliers must also be able to provide services that include:
• The ability to conduct training needs analysis on behalf of EEAST
• The ability to build bespoke solutions based on training needs analysis for EEAST
• The ability to deliver training face to face, across the entire Eastern region, alongside virtual coaching, where required.
During the further competition the customer will give an indication of which training courses will be required together with full details of their requirements. Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification.

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 8 – Health and Safety and First Aid

Lot No

8

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
Health and Safety
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:

• NEBOSH General Certificate
• NEBOSH Diploma
• Emergency First Aid at Work
• First Aid at Work

It is not essential that providers can offer every training course mentioned within this non-exhaustive list.
Suppliers must also be able to provide services that include:
• The ability to conduct training needs analysis on behalf of EEAST
• The ability to build bespoke solutions based on training needs analysis for EEAST
• The ability to deliver face to face, across the entire Eastern region, alongside virtual coaching, where required.
During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.

two.2) Description

two.2.1) Title

Category 9 – Health and Wellbeing

Lot No

9

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Bedfordshire, Cambridgeshire, Essex, Hertfordshire, Norfolk and Suffolk

two.2.4) Description of the procurement

EEAST are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of the following training solutions:
Health and Wellbeing
Providers should ideally be able to supply a comprehensive range of training solutions that fall within this category including (but not limited to) courses such as:
• Wellbeing Champions
• Mental Health First Aider
It is not essential that providers can offer every training course mentioned within this non-exhaustive list.
Suppliers must also be able to provide services that include:
• The ability to conduct training needs analysis on behalf of EEAST
• The ability to build bespoke solutions based on training needs analysis for EEAST
• The ability to deliver face to face, across the entire Eastern region, alongside virtual coaching, where required.
During the invitation to tender (ITT) the customer will give an indication of which training courses will be required together with full details of their requirements.
Providers who have been awarded onto this category will be able to opt-out of any further competition opportunity if they are unable to meet the customers full requirements and/or specification

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: £1,500,000

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

Start date

1 May 2025

End date

30 April 2029

This contract is subject to renewal

Yes

Description of renewals

Estimated timing for further notices to be published. This DPS will be valid until 27th October 2028. This notice will be re-issued on an annual basis to ensure transparency and continuation of accessibility to the DPS for those interested in participating.

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

two.2.14) Additional information

Please note the that estimated value stated is over the period of the DPS and is for guidance and tendering purposes only. The Authority does not guarantee any value or volume of work arising from this Dynamic Purchasing System (DPS). Throughout the lifetime of the DPS, the Authority will undertake reviews of its effectiveness and reserves the right to seek new solutions.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See invitation to tender

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection Criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

Selection Criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See invitation to tender


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

Date

7 April 2025

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 February 2025

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: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

East of England Ambulance Service NHS Trust

Lakeview House, Fraser Road

Bedford

MK44 3WH

Email

tenders@eastamb.nhs.uk

Country

United Kingdom

Internet address

https://www.eastamb.nhs.uk/