Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Kent and Medway NHS and Social Care Partnership Trust
Unit D, New Hythe Business Park, Magnitude House, New Hythe Lane
Aylesford
ME20 6WT
UK
Contact person: Procurement Team
E-mail: kmpt.procurement@nhs.net
NUTS: UKJ44
Internet address(es)
Main address: https://www.kmpt.nhs.uk
Address of the buyer profile: https://www.kmpt.nhs.uk
I.1) Name and addresses
Kent County Council
30 Kings Hill Avenue
West Malling
ME19 4AE
UK
E-mail: county.hall@kent.gov.uk
NUTS: UKJ4
Internet address(es)
Main address: https://www.kent.gov.uk/
Address of the buyer profile: https://www.kent.gov.uk/
I.1) Name and addresses
Medway Council
Gun Wharf, Dock Road
Chatham
ME4 4TR
UK
E-mail: categorymanagement@medway.gov.uk
NUTS: UKJ41
Internet address(es)
Main address: https://www.medway.gov.uk/
Address of the buyer profile: https://www.medway.gov.uk/
I.1) Name and addresses
Kent Community Health Foundation NHS Trust
Trinity House, 110-120 Upper Pemberton, Eureka Park, Kennington
Ashford
TN25 4AZ
UK
E-mail: kentchft.procurement@nhs.net
NUTS: UKJ45
Internet address(es)
Main address: https://www.kentcht.nhs.uk
Address of the buyer profile: https://www.kentcht.nhs.uk
I.1) Name and addresses
NHS Kent and Medway
2nd floor, Gail House, Lower Stone Street
Maidstone
ME15 6NB
UK
E-mail: kmicb.kentandmedway@nhs.net
NUTS: UKJ45
Internet address(es)
Main address: https://www.kentandmedway.icb.nhs.uk/
Address of the buyer profile: https://www.kentandmedway.icb.nhs.uk/
I.1) Name and addresses
Northeast London Foundation NHS Trust
The West Wing, CEME Centre, Marsh Way
Rainham
RM13 8GQ
UK
E-mail: procurement@nelft.nhs.uk
NUTS: UKJ41
Internet address(es)
Main address: https://www.nelft.nhs.uk
Address of the buyer profile: https://www.nelft.nhs.uk
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
UK Public Contracts Regulations 2015
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
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:
https://health-family.force.com/s/Welcome
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
Mandatory Learning Disability and Autism Training and Lived Experience Leaders
II.1.2) Main CPV code
80500000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Kent and Medway Integrated Care System (ICS) are inviting tenders for a collaborative provider to develop the lived experience workforce and to lead on the sustainable development and delivery of the Mandatory Training on Learning Disabilities and Autism Act 2022 across the Kent and Medway system.
II.1.5) Estimated total value
Value excluding VAT:
716 840.60
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80511000
80570000
98200000
80510000
II.2.3) Place of performance
NUTS code:
UKJ44
Main site or place of performance:
Kent and Medway
II.2.4) Description of the procurement
NHS Kent and Medway Integrated Care System (ICS) are inviting tenders for a collaborative provider to develop the lived experience workforce and to lead on the sustainable development and delivery of the Mandatory Training on Learning Disabilities and Autism Act 2022 across the Kent and Medway system.<br/><br/>The Commencement Date for the delivery of the services is scheduled to be on 8th January 2024 at 00:00 hours. The Contract will be awarded for a period of two (2) years until 7th January 2026, with an option to extend for a further periods of six (6) months subject to performance and the absolute discretion of the Trust.<br/><br/>The Trust is procuring this contract following the Open Procedure under the UK Public Contract Regulations 2015 and the Trust’s Standing Financial Instructions. The Trust will be awarding one Contract for the provision of all services detailed in the Specification. The Trust will be utilising the NHS Standard Terms & Conditions for Services Contract.<br/><br/>The Trust is seeking to contract with an organisation that will manage the Services to the highest levels of satisfaction, professional standards and cost effectiveness.
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:
716 840.60
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
08/01/2024
End:
07/07/2026
This contract is subject to renewal: Yes
Description of renewals:
The Contract will be awarded for a period of two (2) years until 7th January 2026, with an option to extend for a further period of six (6) months subject to performance and the absolute discretion of the Trust.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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 III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-019769
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/09/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The Information for Bidders document contains the mandatory selection criteria which must be met by the potential candidates. <br/><br/>All tenders must be submitted through the Health Family Single eCommercial System, details of which can be found at https://health-family.force.com/s/Welcome. <br/><br/>The Trust expressly reserves the right: <br/><br/>i. not to award any contract as a result of the procurement process commenced by publication of this notice; <br/><br/>ii. to make whatever changes it may see fit to the content and structure of the requirements during the tender phase; <br/><br/>and in no circumstances will be liable for any costs incurred by the candidates. Further information about the contract opportunity can be found in the Information for Bidders document which will be made available via the portal to bidders registering their interest in this procurement.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
E-mail: royalcourtsofjustice.jc@gov.uk
Internet address(es)
URL: https://www.gov.uk/
VI.5) Date of dispatch of this notice
09/08/2023