GSTT Procurement - Smart Together is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Training Services (DPS) for Lewisham and Greenwich NHS Trust |
Notice type: | Contract Notice |
Authority: | GSTT Procurement - Smart Together |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Training of medical and non-medical staff groups in the following subject areas: Mandatory and Non-mandatory training, Leadership and Management, Core Skills, Clinical Skills. |
Published: | 09/10/2017 15:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: b.lean@nhs.net
Contact: Mr Barry Lean
Main Address: http://www.lewishamandgreenwich.nhs.uk/, Address of the buyer profile: http://www.lewishamandgreenwich.nhs.uk/
NUTS Code: UKI6
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Training-services./J57K99Y559
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Training Services (DPS) for Lewisham and Greenwich NHS Trust
Reference Number: LGT17-P022
II.1.2) Main CPV Code:
80500000 - Training services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Training of medical and non-medical staff groups in the following subject areas: Mandatory and Non-mandatory training, Leadership and Management, Core Skills, Clinical Skills.
II.1.5) Estimated total value:
Value excluding VAT: 1,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1: Mandatory Training
Lot No: 1
II.2.2) Additional CPV codes:
80511000 - Staff training services.
II.2.3) Place of performance:
UKI6 Outer London – South
II.2.4) Description of procurement: Lot 1: Mandatory Training
This Lot comprises general statutory training subjects such as: Conflict resolution, Conflict Resolution Enhanced, Equality and Diversity, Non-patient Manual Handling, Patient Manual Handling, Prevent WRAP Level 3, Safeguarding Adults Clinical Level 2.
A full list of the training required under this Lot has been provided in the Tender Documentation within the Delta Tenderbox.
There are currently over 6000 staff in the Trust.
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: Not provided
Currency: Not provided
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: Further calls for competition
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 15
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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
II.2) Description Lot No. 2
II.2.1) Title: Lot.2.Non-mandatory Training
Lot No: 2
II.2.2) Additional CPV codes:
80511000 - Staff training services.
II.2.3) Place of performance:
UKI6 Outer London – South
II.2.4) Description of procurement: This lot covers the following subject areas: AMSPAR medical terminology levels 1 and 2, Emergency First Aid at Work (HSE approved), Equality Impact Analysis workshop, Handling stress, Happiness course, Introduction to Assertiveness, Introduction to British Sign Language, Mental Health Awareness Workshop for All, Mindfulness, Minutes made easy, Pre-retirement Planning Ahead workshop, Presentation skills, Report writing workshop, Serious Incident Master Class, Bespoke Activity.
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: Not provided
Currency: Not provided
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: Further calls for competition during the period of the DPS
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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
II.2) Description Lot No. 3
II.2.1) Title: Lot 3. Leadership and Management
Lot No: 3
II.2.2) Additional CPV codes:
80532000 - Management training services.
II.2.3) Place of performance:
UKI6 Outer London – South
II.2.4) Description of procurement: Lot 3 covers the following subject areas: Project Management, Team Development, Coaching and Mentoring, Action Learning, Workplace Mediation, Quality Tools, Managing a Digital Service, Leadership and Management Skills, Bespoke Management and Leadership activity
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: Not provided
Currency: Not provided
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: Calls for further competition during the currency of the DPS
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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
II.2) Description Lot No. 4
II.2.1) Title: Lot 4: Core Skills
Lot No: 4
II.2.2) Additional CPV codes:
80500000 - Training services.
II.2.3) Place of performance:
UKI6 Outer London – South
II.2.4) Description of procurement: Lot 4: Core Skills comprising of the following:
Maths Level 1 Training, Maths Level 2 Training, English Level 1 Training, English Level 2 Training, Technology Skills, Learning to Learn (Study Skills).
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: Not provided
Currency: Not provided
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: Further calls for competition
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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
II.2) Description Lot No. 5
II.2.1) Title: Lot 5: Clinical Skills Training
Lot No: 5
II.2.2) Additional CPV codes:
80510000 - Specialist training services.
II.2.3) Place of performance:
UKI6 Outer London – South
II.2.4) Description of procurement: Lot 5: Comprising of the following: Clinical Skills, Mentorship, Supervision, Bespoke Clinical Training.
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: Not provided
Currency: Not provided
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: Further calls for competition
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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:
Please refer to Tender Documentation
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
Please refer to Tender Documentation
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
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: 10/11/2017 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/11/2017
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:
Duration in month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: As necessary during the period of the DPS
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Training-services./J57K99Y559
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J57K99Y559
VI.4) Procedures for review
VI.4.1) Review body:
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: b.lean@nhs.net
Internet address: http://www.lewishamandgreenwich.nhs.uk
VI.4.2) Body responsible for mediation procedures:
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: b.lean@nhs.net
Internet address: http://www.lewishamandgreenwich.nhs.uk
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:
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: b.lean@nhs.net
Internet address: http://www.lewishamandgreenwich.nhs.uk
VI.5) Date Of Dispatch Of This Notice: 09/10/2017
Annex A
I) Addresses and contact points from which further information can be obtained:
Lewisham and Greenwich NHS Trust
Procurement Department, 1st Floor, Owen Centre, University Hospital Lewisham, High Street, Lewisham, London, SE13 6LH, United Kingdom
Tel. +44 2083333000, Fax. +44 2083333000, Email: b.lean@nhs.net
Contact: Procurement Department
Main Address: https://www.b.lean@nhs.net
NUTS Code: UKI6