North East London NHS Foundation Trust: Supplier and Service Provider for Specialist Training including PMVA and Breakaway

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Ilford: Specialist training services.

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

View any Notice Addenda

View Award Notice