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
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
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