Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

The Oliver McGowan Mandatory Training and Lived Experience Leaders

  • First published: 01 February 2024
  • Last modified: 01 February 2024
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-042cf2
Published by:
Kent and Medway NHS and Social Care Partnership Trust
Authority ID:
AA24322
Publication date:
01 February 2024
Deadline date:
12 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NHS Kent and Medway (the "Authority"), on behalf of the Kent and Medway Integrated Care System ("K&M ICS"), is seeking to appoint a suitably skilled, experienced, qualified and collaborative Supplier to lead a project to:<br/><br/>Part A: Develop the systems infrastructure and capacity to sustainably deliver The Oliver McGowan Mandatory Training on Learning Disability and Autism™; and<br/><br/>Part B: Grow and support our current and future generations of lived experience leadership.<br/><br/>Kent and Medway NHS and Social Care Partnership Trust ("KMPT") is acting on behalf of the Authority and the K&M ICS to procure this contract following an Open Procedure under the UK Public Contract Regulations 2015 and KMPT's Standing Financial Instructions. The Authority will be awarding one contract for the provision of all services detailed within the specification document published at the time of tender. The successful Supplier will be required to enter into a contract with NHS Kent and Medway.<br/><br/>Both Part A and Part B services will be required to run concurrently for an initial period (with a further option to extend at the absolute discretion of the Authority) as stated below:<br/><br/>Part A services: 24 months, with an option to extend for a further period of 12 months; and<br/><br/>Part B services: 12 months, with an option to extend for a further 12 months.<br/><br/>There is a maximum budget of £716,840.60 to deliver the initial terms of the part A and B services.<br/><br/>The Commencement Date for the delivery of the services is scheduled to be on 5th August 2024 at 00:00 hours. The Contract will be awarded for an initial term of two (2) years, with an option to extend for a further period or periods up to a maximum of one (1) year, subject to performance and the absolute discretion of the Authority. The maximum duration of this Contract shall be no longer than three (3) years in total.<br/><br/>The Authority is seeking to contract with an organisation that will manage the services to the highest levels of satisfaction, professional standards and cost-effectiveness. The Supplier will be expected to deliver improvements to service delivery and value for money over the life of the contract.

Full notice text

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: Lisa Barrett

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.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

The Oliver McGowan Mandatory 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 (the "Authority"), on behalf of the Kent and Medway Integrated Care System ("K&M ICS"), is seeking to appoint a suitably skilled, experienced, qualified and collaborative Supplier to lead a project to:<br/><br/>Part A: Develop the systems infrastructure and capacity to sustainably deliver The Oliver McGowan Mandatory Training on Learning Disability and Autism™; and<br/><br/>Part B: Grow and support our current and future generations of lived experience leadership.<br/><br/>Kent and Medway NHS and Social Care Partnership Trust ("KMPT") is acting on behalf of the Authority and the K&M ICS to procure this contract following an Open Procedure under the UK Public Contract Regulations 2015 and KMPT's Standing Financial Instructions. The Authority will be awarding one contract for the provision of all services detailed within the specification document published at the time of tender. The successful Supplier will be required to enter into a contract with NHS Kent and Medway.

II.1.5) Estimated total value

Value excluding VAT: 1 120 000.00  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:

UKJ4

II.2.4) Description of the procurement

NHS Kent and Medway (the "Authority"), on behalf of the Kent and Medway Integrated Care System ("K&M ICS"), is seeking to appoint a suitably skilled, experienced, qualified and collaborative Supplier to lead a project to:<br/><br/>Part A: Develop the systems infrastructure and capacity to sustainably deliver The Oliver McGowan Mandatory Training on Learning Disability and Autism™; and<br/><br/>Part B: Grow and support our current and future generations of lived experience leadership.<br/><br/>Kent and Medway NHS and Social Care Partnership Trust ("KMPT") is acting on behalf of the Authority and the K&M ICS to procure this contract following an Open Procedure under the UK Public Contract Regulations 2015 and KMPT's Standing Financial Instructions. The Authority will be awarding one contract for the provision of all services detailed within the specification document published at the time of tender. The successful Supplier will be required to enter into a contract with NHS Kent and Medway.<br/><br/>Both Part A and Part B services will be required to run concurrently for an initial period (with a further option to extend at the absolute discretion of the Authority) as stated below:<br/><br/>Part A services: 24 months, with an option to extend for a further period of 12 months; and<br/><br/>Part B services: 12 months, with an option to extend for a further 12 months.<br/><br/>There is a maximum budget of £716,840.60 to deliver the initial terms of the part A and B services.<br/><br/>The Commencement Date for the delivery of the services is scheduled to be on 5th August 2024 at 00:00 hours. The Contract will be awarded for an initial term of two (2) years, with an option to extend for a further period or periods up to a maximum of one (1) year, subject to performance and the absolute discretion of the Authority. The maximum duration of this Contract shall be no longer than three (3) years in total.<br/><br/>The Authority is seeking to contract with an organisation that will manage the services to the highest levels of satisfaction, professional standards and cost-effectiveness. The Supplier will be expected to deliver improvements to service delivery and value for money over the life of the contract.

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: 1 120 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 05/08/2024

End: 04/08/2027

This contract is subject to renewal: Yes

Description of renewals:

The Contract will be awarded for a period of an initial two (2) years, with an option to extend for a further period or periods up to a maximum of one (1) year, subject to performance and the absolute discretion of the Authority. The duration of this Contract shall be no longer than three (3) years in total.

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:

2024/S 000-001190

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 12/03/2024

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 12/03/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The tender process, including the submission of completed tenders, must be submitted through the Health Family Single eCommercial System. To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health-family.force.com/s/Welcome.<br/><br/>Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:<br/><br/>Phone: 0800 9956035<br/><br/>E-mail: support-health@atamis.co.uk<br/><br/>The value provided in section II.1.5) of this notice represents the Authority's estimate of the total value of the contract opportunity over the entire contract period including any possible extensions (3 years in total). The Authority does not guarantee any contract value associated with this Notice.<br/><br/>The Information for Bidders document contains the mandatory selection criteria which must be met by the potential candidates.<br/><br/>The Authority 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/>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.<br/><br/>Further information about the contract opportunity can be found in the tender document set 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

31/01/2024

Coding

Commodity categories

ID Title Parent category
98200000 Equal opportunities consultancy services Other community, social and personal services
80570000 Personal development training services Training services
80510000 Specialist training services Training services
80511000 Staff training services Specialist training services
80500000 Training services Education and training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
kmpt.procurement@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.