Tender

BSW Organisational Development Framework

  • Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-021758

Procurement identifier (OCID): ocds-h6vhtk-0359e8

Published 8 August 2022, 3:20pm



Section one: Contracting authority

one.1) Name and addresses

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board

Jenner House, Unit E3, Langley Park, Avon Way

Chippenham

SN15 1GG

Contact

Caitlin Dyke

Email

caitlin.dyke@nhs.net

Country

United Kingdom

Region code

UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

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

one.3) Communication

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

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

BSW Organisational Development Framework

Reference number

WA12809

two.1.2) Main CPV code

  • 79410000 - Business and management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board are conducting a framework procurement for Organisational Development Services. BSW requires supplementary and focused specialist expert OD and Leadership resource to support the BSW Academy, associated pillars (Leadership, Learning, Inclusion, Improvement, and Innovation) and key ICS programmes including the ICS People outcomes.

The framework will be split into 3 lots and suppliers are invited to offer one or more of the following lots:

Lot 1: Inclusion Development;

Lot 2: Organisational Development and;

Lot 3: Executive and Non-Executive Coaching.

Providers will have responsibilities for leading on the design and delivery of OD interventions, system leadership programmes and supporting on workshop design and complex facilitation. The model sought is one of partnership and supporting sustainable programmes of work.

The procurement will be awarded as a framework for the use of Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board and it is anticipated that up to 6 suppliers per lot will be awarded a contract.

The framework will be for an initial duration of 24 months with an optional extension of up to 12 months.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.1.5) Estimated total value

Value excluding VAT: £450,000

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

Lot 1: Inclusion Development

Lot No

1

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board are conducting a framework procurement for Organisational Development Services.

Lot 1 is for Inclusion Development and is designed to provide expertise to support the BSW system to improve equality, diversity and inclusion and broader social and economic development.

Where relevant providers will have responsibilities for leading on the design and delivery of OD interventions, system leadership programmes and supporting on workshop design and complex facilitation. The model sought is one of partnership and supporting sustainable programmes of work.

The procurement will be awarded as a framework for the use of Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board and it is anticipated that up to 6 suppliers per lot will be awarded a contract.

The framework will be for an initial duration of 24 months with an optional extension of up to 12 months.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2) Description

two.2.1) Title

Lot 2: Organisational Development

Lot No

2

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board are conducting a framework procurement for Organisational Development Services.

Lot 2 is for Organisational Development and is designed to provide expertise to support groups and colleagues to work collaboratively across the system. This may include specific OD interventions with groups and leadership training.

Where relevant providers will have responsibilities for leading on the design and delivery of OD interventions, system leadership programmes and supporting on workshop design and complex facilitation. The model sought is one of partnership and supporting sustainable programmes of work.

The procurement will be awarded as a framework for the use of Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board and it is anticipated that up to 6 suppliers per lot will be awarded a contract.

The framework will be for an initial duration of 24 months with an optional extension of up to 12 months.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2) Description

two.2.1) Title

Lot 3: Executive and Non-Executive Coaching

Lot No

3

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

two.2.4) Description of the procurement

Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board are conducting a framework procurement for Organisational Development Services.

Lot 3 is for Executive and Non-Executive Coaching and is designed to provide coaching expertise to support colleagues in navigating complex system working and relationships.

Where relevant providers will have responsibilities for leading on the design and delivery of OD interventions, system leadership programmes and supporting on workshop design and complex facilitation. The model sought is one of partnership and supporting sustainable programmes of work.

The procurement will be awarded as a framework for the use of Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board and it is anticipated that up to 6 suppliers per lot will be awarded a contract.

The framework will be for an initial duration of 24 months with an optional extension of up to 12 months.

This procurement is being carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

two.2.7) Duration of the contract or the framework agreement

Duration in months

36

two.2.14) Additional information

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

In order to submit a bid, you will need to be registered on the e-procurement system and 'express an interest', and then complete a response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

This Framework Agreement is for the use of Bath and North East Somerset, Swindon and Wiltshire Integrated Care Board.

The services are deemed to be subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015. This contract will therefore be awarded in accordance with the provisions applicable in Section 5 (sub-section 7) of the Public Contracts Regulations 2015.

The contracting authority intends to observe the provisions and 10 day standstill period described in the Public Contracts Regulations 2015. Unsuccessful Bidders and applicants will receive scores and reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the Bidder/applicant was unsuccessful. Deadlines for lodging appeals should be in accordance with the Regulations.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Selection criteria as stated in the procurement documentation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed within the procurement documentation


Section four. Procedure

four.1) Description

four.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

four.1.11) Main features of the award procedure

Most Economically Advantageous Tender as fully described within the Tender documents.

four.2) Administrative information

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

Date

7 September 2022

Local time

12:00pm

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

English


Section six. Complementary information

six.3) Additional information

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

six.4) Procedures for review

six.4.1) Review body

High Court in London

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As described in VI.3, deadline for lodging of appeals should be in accordance with Regulation 87 and Regulation 91 of the 2015 Regulations.