North East London NHS Foundation Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supplier and Service Provider for Specialist Training including PMVA and Breakaway |
Notice type: | Contract Notice |
Authority: | North East London NHS Foundation Trust |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | North East London NHS Foundation Trust is engaging in a procurement exercise for the provision of tailored Prevention & Management of Violence & Aggression (PMVA) and breakaway practical skills learning programmes for staff. The geographical area training is to be conducted in will include the London Boroughs of Waltham Forest, Redbridge, Barking & Dahenham and Havering as well as Basildon, Thurrock and Brentwood. |
Published: | 09/12/2013 15:21 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
North East London NHS Foundation Trust
Maggie Lilley Suite, Goodmayes Hospital, Barley Lane, Ilford, IG3 8XJ, United Kingdom
Tel. +44 3005551201, Email: mark.lister@nelft.nhs.uk, URL: http://www.nelft.nhs.uk/
Attn: Mark Lister
Electronic Access URL: https://www.delta-esourcing.com/
Electronic Submission URL: https://www.delta-esourcing.com/
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Health
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Supplier and Service Provider for Specialist Training including PMVA and Breakaway
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 24
Region Codes: UKI21 - Outer London - East and North East
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Specialist training services. North East London NHS Foundation Trust is engaging in a procurement exercise for the provision of tailored Prevention & Management of Violence & Aggression (PMVA) and breakaway practical skills learning programmes for staff. The geographical area training is to be conducted in will include the London Boroughs of Waltham Forest, Redbridge, Barking & Dahenham and Havering as well as Basildon, Thurrock and Brentwood.
II.1.6)Common Procurement Vocabulary:
80510000 - Specialist training services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
Estimated value excluding VAT:
Range between: 150,000 and 200,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Any contracts awarded under this procurement will have a 3 year term with an option to extend for a further two annual extension periods; this will be finally determined by NELFT
If known, Provisional timetable for recourse to these options:
Duration in months: 36 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
If it is considered appropriate by the authority, an indemnity, guarantee, bond or other form of appropriate security may be required
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As contained within the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Trust reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As contained within the tender documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006, as set out in the Invitation to Tender available from the address specified in Section I.1.
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Tender.
III.2.3)Technical capacity
Technical capacity - means of proof required
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
Information and formalities necessary for evaluating if requirements are met:
In accordance with Article 48 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006, as set out in the Invitation to Tender
Minimum Level(s) of standards possibly required:
As set out in the Invitation to Tender
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 31/01/2014
Time: 16:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 60
IV.3.8)Conditions for opening tenders
Not Provided
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Ilford:-Specialist-training-services./XZ6T967FTJ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XZ6T967FTJ
GO-2013129-PRO-5320473 TKR-2013129-PRO-5320472
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
North East London NHS Foundation Trust
Trust Head office, Goodmayes Hospital, Barley Lane, Ilford, IG3 8XJ, United Kingdom
Tel. +44 3005551201, Email: mark.lister@nelft.nhs.uk
VI.4.2)Lodging of appeals: The North East London NHS Foundation Trust will allow a standstill period at the point the decision regarding the award of the contract is communicated to tenderers. The standstill period shall be in accordance with Regulation 32A of the Public Contracts Regulations 2006 (as amended)
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 09/12/2013
ANNEX A