Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
One Housing Group
NA
100 Chalk Farm Road
London
NW1 8EH
UK
Contact person: Felicity Steen
Telephone: +44 2074282178
E-mail: fsteen@onehousing.co.uk
NUTS: UKJ
Internet address(es)
Main address: http://www.onehousing.co.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/67142
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Housing Care and Support Staff Training
Reference number: 1061
II.1.2) Main CPV code
80561000
II.1.3) Type of contract
Services
II.1.4) Short description
Housing, Care and Support (HCS) is a business unit of one housing. We manage a housing, care and support portfolio with a forecast turnover of 53 000 000 GBP in 2018/19. We are driven by the values of choice, innovation and quality that make a real difference to people’s lives.
All HCS staff must be trained to the highest possible standard in order to deliver the quality of care and support our residents and customers need. As our portfolio expands it is vital that we have the right training offer in place, both for all those new to One Housing Group and for existing staff. We are therefore seeking to appoint providers to a Framework Agreement who will work with us to deliver all aspects of our annual training programme across an expanding geographical area. The requirements are divided up into 3 lots and it is anticipated that a single supplier will be appointed to each lot.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
640 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Housing Care and Support Staff Training: Central/East: London, Kent and Essex
II.2.2) Additional CPV code(s)
80560000
II.2.3) Place of performance
NUTS code:
UKJ4
UKI
UKH3
Main site or place of performance:
London, Kent, Essex.
II.2.4) Description of the procurement
The provision of mandatory training requirements for housing care and support staff as part of the annual training programme in the areas of London, Kent and Essex, including but not limited to the following subjects:
— safeguarding,
— infection control,
— H&S,
— food hygiene,
— fire safety,
— first aid,
— medication,
— MCA and DoLS,
— role of the support officer,
— welfare benefits,
— managing violence and aggression,
— breakaway techniques,
— customer service,
— alcohol dependency.
Whilst it is anticipated that the majority of the requirements will be planned in advance via the annual training programme, additional requirements may also arise during the year. The indicative numbers of staff requiring training are set out in the procurement documents.
II.2.5) Award criteria
Quality criterion: Capacity to deliver
/ Weighting: 10 %
Quality criterion: Trainer knowledge and experience
/ Weighting: 10 %
Quality criterion: Course administration and contingency planning
/ Weighting: 8 %
Quality criterion: Delivery of training
/ Weighting: 15 %
Quality criterion: Quality assurance and contract management
/ Weighting: 10 %
Quality criterion: Sample training session
/ Weighting: 7 %
Price
/ Weighting:
40 %
II.2.11) Information about options
Options:
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
Lot No: 2
II.2.1) Title
Housing Care and Support Staff Training: North/West: Bedfordshire, Oxfordshire, Hertfordshire
II.2.2) Additional CPV code(s)
80560000
II.2.3) Place of performance
NUTS code:
UKJ1
UKH2
Main site or place of performance:
Oxfordshire, Hertfordshire and Bedfordshire.
II.2.4) Description of the procurement
The provision of mandatory training requirements for housing care and support staff as part of the annual training programme in the areas of London, Kent and Essex, including but not limited to the following subjects:
— safeguarding,
— infection control,
— H&S,
— food hygiene,
— fire safety,
— first aid,
— medication,
— MCA and DoLS,
— role of the support officer,
— welfare benefits,
— managing violence and aggression,
— breakaway techniques,
— customer service,
— alcohol dependency.
Whilst it is anticipated that the majority of the requirements will be planned in advance via the annual training programme, additional requirements may also arise during the year. The indicative numbers of staff requiring training are set out in the procurement documents.
II.2.5) Award criteria
Quality criterion: Capacity to deliver
/ Weighting: 10 %
Quality criterion: Trainer knowledge and experience
/ Weighting: 10 %
Quality criterion: Course administration and contingency planning
/ Weighting: 8 %
Quality criterion: Delivery of training
/ Weighting: 15 %
Quality criterion: Quality assurance and contract management
/ Weighting: 10 %
Quality criterion: Sample training session
/ Weighting: 7 %
Price
/ Weighting:
40 %
II.2.11) Information about options
Options:
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
Lot No: 3
II.2.1) Title
Clinical Training and Refresher Training for Clinical Courses
II.2.2) Additional CPV code(s)
80560000
II.2.3) Place of performance
NUTS code:
UKJ4
UKJ1
UKI
UKH3
UKH2
II.2.4) Description of the procurement
The provision of the clinical training requirements under the annual training programme in all areas i.e. London, Kent, Essex, Oxfordshire, Hertfordshire and Bedfordshire, including but not limited to the following subjects:
— stoma,
— peg,
— catheter care,
— syringe driver,
— huntingtons,
— diabetes and insulin,
— brain injury awareness and rehabilitation.
Whilst it is anticipated that the majority of the requirements will be planned in advance via the annual training programme, additional requirements may also arise that during the year. Indicative numbers of staff requiring training are set out in the procurement documents.
II.2.5) Award criteria
Quality criterion: Capacity to deliver
/ Weighting: 10 %
Quality criterion: Trainer knowledge and experience
/ Weighting: 10 %
Quality criterion: Delivery of training
/ Weighting: 15 %
Quality criterion: Course administration and contingency planning
/ Weighting: 8 %
Quality criterion: Quality assurance and contract management
/ Weighting: 10 %
Quality criterion: Sample training session
/ Weighting: 7 %
Price
/ Weighting:
40 %
II.2.11) Information about options
Options:
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about 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:
2018/S 212-485842
Section V: Award of contract
Contract No: 1
Title: Housing Care and Support Staff Training: Mandatory Training Lot 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/02/2019
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Franklins Training Services
Franklins Training Services
Unit 6 Lanswood Park, Broomfield Road, Elmstead Market
Colchester
CO7 7FD
UK
E-mail: michelle@franklinstrainingservices.co.uk
NUTS: UKH3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 320 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 2
Title: Housing Care and Support Staff Training: Mandatory Training Lot 2
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/02/2019
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Franklins Training Services
Franklins Training Services
Unit 6 Lanswood Park, Broomfield Road, Elmstead Market
Colchester
CO7 7FD
UK
E-mail: michelle@franklinstrainingservices.co.uk
NUTS: UKH3
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 120 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Contract No: 3
Title: Clinical Training and Refresher Training for Clinical Courses
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
25/02/2019
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Incare Services Ltd
Incare Services LTD
12 Maltings Mews, Duke Street, Hadleigh
Ipswich
IP7 5DW
UK
E-mail: steve@incareservices.com
NUTS: UKH14
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 200 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The services that are the subject matter of this procurement are classified as services as listed within Schedule 3 of the Public Contract Regulations 2015. The procurement will therefore be managed in accordance with the rules for “social and other specific services” set out in Regulations 74-76 of those regulations.
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Strand
London
WCA2LL
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service
VI.5) Date of dispatch of this notice
04/04/2019