Bip Buyer de-activated users: GSTT Lambeth & SOuthwark Schools Project

  Bip Buyer de-activated users has published this notice through Delta eSourcing

Notice Summary
Title: GSTT Lambeth & SOuthwark Schools Project
Notice type: Contract Notice
Authority: Bip Buyer de-activated users
Nature of contract: Services
Procedure: Open
Short Description: To Provide a training programme to be offered to primary and secondary schools in Southwark and Lambeth to improve the emotional resilience of pupils and to improve school staff skills and competence in this area.
Published: 12/07/2016 11:52

View Full Notice

UK-London: Education and training services.
Section I: Contracting Authority
      I.1) Name and addresses
             Guy's & St Thomas' NHS Foundation Hospital trust
             Guy's & St Thomas' NHS Foundation Hospital Trust, Guy's Hospital, Procurement Department, Great Maze Pond, London, SE1 9RT, United Kingdom
             Tel. +44 02071885319, Email: huseyin.vehit@gstt.nhs.uk
             Contact: Mr Huseyin Vehit
             Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: http://kingshealthpartners.g2b.info
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Inner London Boroughs Lambeth and Southwark       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: http://www.bipsolution.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned 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: Not provided
      I.4) Type of the contracting authority
            Other type:: NHS Body
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: GSTT Lambeth & SOuthwark Schools Project       
      Reference Number: T2530
      II.1.2) Main CPV Code:
      80000000 - Education and training services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: To Provide a training programme to be offered to primary and secondary schools in Southwark and Lambeth to improve the emotional resilience of pupils and to improve school staff skills and competence in this area.       
      II.1.5) Estimated total value:
      Value excluding VAT: 270,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Re: Invitation to Tender for the delivery of an Emotional Resilience programme to schools in Lambeth and Southwark.

You have been invited to submit a bid for the delivery of the above early intervention programme to schools for Children and Young People’s Health Partnership (CYPHP).
The Children and Young People's Health Partnership is made up of Lambeth and Southwark CCGs, Lambeth and Southwark GPs, King's College Hospital NHS Foundation Trust, Guy's and St Thomas's NHS Foundation Trust, Evelina London Children's Hospital, South London and Maudsley NHS Foundation Trust, Lambeth Council, Southwark Council, King's College London, and local children and families. It is sponsored by the Guy's and St Thomas' Charity.
The Children and Young People Partnership aims to transform the care of children and young people in Lambeth and Southwark.

Schools Emotional Resilience Project Requirements

This project is one part of the wider CYPHP programme in Lambeth and Southwark. For this piece of work CYPHP has a budget of £90k per borough per annum to work with schools in years 1 and 2, and £45k per annum in years 3 and 4. This is an early intervention service aimed at promoting emotional resilience in a school setting by focusing on skilling up school staff to enable this to happen. The potential provider is expected to:

(i)Develop an affordable, sustainable training programme which can be embedded in the school system for promoting emotional resilience to pupils.

(ii)Deliver a training programme to primary and secondary schools in Lambeth and Southwark to improve the emotional resilience of pupils by improving school staff skills and competence in this area.

(iii)Ensure a culture change which will embed emotional resilience within the schools thus ensuring on-going improvement of the health and wellbeing for the children and young people.


Providers are invited to bid for delivery to both boroughs, or just one borough. Those Providers who are bidding for both boroughs, are required to provide separate costings per borough, as well as the total cost for both. There is no guarantee that both boroughs will award to the same provider.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 270,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The total contract period will be for 4 years. The First year will be the (“proof of concept period”) The Trust reserves the right to cancel the contract at the end of this period if the process or the service is not beneficial or does not have the desired outcome. If the “proof of concept is successful the contract will be extended beyond the first year and then extended for a further 2 years at 12 month intervals pending price and performance.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Pricing Schedules can be provided for either, or both bororughs if required.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 16/08/2016 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 16/08/2016
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=210015523
   VI.4) Procedures for review
   VI.4.1) Review body:
             Guy's & St Thomas' NHS Foundation Trust
       Guy's & St Thomas' NHS Foundation Trust - Procurement Department, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
       Tel. +44 02071887188
   VI.4.2) Body responsible for mediation procedures:
             Guy's & St Thomas' NHS Foundation Trust
          Guy's & St Thomas' NHS Foundation Trust - Procurement Department, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
          Tel. +44 02071887188
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Guy's & St Thomas' NHS Foundation Trust
       Guy's & St Thomas' NHS Foundation Trust - Procurement Department, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
       Tel. +44 02071887188
   VI.5) Date Of Dispatch Of This Notice: 12/07/2016

Annex A


View any Notice Addenda

View Award Notice

UK-London: Education and training services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Guy's & St Thomas' NHS Foundation Hospital trust
       Guy's & St Thomas' NHS Foundation Hospital Trust, Guy's Hospital, Procurement Department, Great Maze Pond, London, SE1 9RT, United Kingdom
       Tel. +44 02071885319, Email: huseyin.vehit@gstt.nhs.uk
       Contact: Mr Huseyin Vehit
       Main Address: https://www.delta-esourcing.com/, Address of the buyer profile: http://kingshealthpartners.g2b.info
       NUTS Code: UKI

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: NHS Body

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: GSTT Lambeth & SOuthwark Schools Project            
      Reference number: T2530

      II.1.2) Main CPV code:
         80000000 - Education and training services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: To Provide a training programme to be offered to primary and secondary schools in Southwark and Lambeth to improve the emotional resilience of pupils and to improve school staff skills and competence in this area.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 279,498 / Highest offer:358,607         
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            80000000 - Education and training services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Schools Training for Lambeth & Southwark

      II.2.5) Award criteria:
      Quality criterion - Name: Method Statement / Weighting: 40
      Quality criterion - Name: Cost / Weighting: 30
      Quality criterion - Name: Presentation / Weighting: 30
                  
      Cost criterion - Name: Annual cost / Weighting: 30
      Cost criterion - Name: Criterion 2 / Weighting: 10
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Pricing Schedules can be provided for either, or both bororughs if required.

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: T2530    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/10/2016

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 5          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators:
         
         Contractor (No.1)
             The Training Effect
             162 Godington Road, Ashford, Kent, TN231LN, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 279,498 / Highest offer: 358,607
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=222371394

   VI.4) Procedures for review

      VI.4.1) Review body
          Guy's & St Thomas' NHS Foundation Trust
          Guy's & St Thomas' NHS Foundation Trust - Procurement Department, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
          Tel. +44 02071887188

      VI.4.2) Body responsible for mediation procedures
          Guy's & St Thomas' NHS Foundation Trust
          Guy's & St Thomas' NHS Foundation Trust - Procurement Department, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
          Tel. +44 02071887188

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Guy's & St Thomas' NHS Foundation Trust
          Guy's & St Thomas' NHS Foundation Trust - Procurement Department, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
          Tel. +44 02071887188

   VI.5) Date of dispatch of this notice: 03/11/2016