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

Learning and Development Framework

  • First published: 31 May 2018
  • Last modified: 31 May 2018

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)

Contents

Summary

OCID:
Published by:
NHS Blood & Transplant
Authority ID:
AA20525
Publication date:
31 May 2018
Deadline date:
22 June 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

To develop a framework of external suppliers to:

— assist NHSBT with the task of providing a range of behavioural and leadership and management course /programmes as per the individual specification, some of which may be accredited,

— develop, design, deliver and evaluate bespoke course and off the shelf programmes which may be directorate or corporate led and other ad hoc requirements /training initiatives,

— tenderers must have the experience and ability to design, deliver and evaluate at the appropriate level. These programmes may be delivered face to face, digital or blended formats,

— tenders should be able to demonstrate that their trainers have occupational, practical abilities to deliver these programmes and where relevant, the recognised professional approval.

Programmes which will be delivered to NHSBT senior managers will need to be delivered by trainers who have the practical leadership and management experience as well as the ability to inspire at this strategic level.

— must have knowledge of up to date and new leadership and management thinking and theories which can challenge and inspire senior leaders,

— must have the ability to design, develop and produce or be able to sub contract (writing /authoring) e-learning packages which use /compatible with certified scorm v1.2 compliant /html 5 based e-learning technology,

— must be licensed /approved to deliver psychometric profiling tools as a minimum MBTI step 1 and 2 and insights.

Have recognised industry awarding body approval /accredited for coaching and leadership and management programmes.

Working in partnership with NHSBT, ensuring consistency, quality and cost effectiveness.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Blood and Transplant

North Bristol Park

Filton, Bristol

BS34 7QH

UK

Contact person: Rosalind Gill

Telephone: +44 1179217233

E-mail: Rosalind.Gill@nhsbt.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.nhsbt.nhs.uk

Address of the buyer profile: https://nhsbt.bravosolution.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://nhsbt.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://nhsbt.bravosolution.co.uk


Tenders or requests to participate must be sent to the following address:

NHS Blood and Transplant

North Bristol Park, Filton

Bristol

BS34 7QH

UK

Contact person: Rosalind Gill

Telephone: +44 1179217233

E-mail: Rosalind.Gill@nhsbt.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://www.nhsbt.nhs.uk

Address of the buyer profile: https://nhsbt.bravosolution.co.uk

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

Learning and Development Framework

Reference number: NHSBT1128

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHSBT has been granted by the Department of Health (DH) permission to establish a framework for the learning and development function specified by individual “lots” which will service and fulfill the training needs of NHSBT and organisations within the arms length body family. The learning and development framework will encompass the learning and delivery need across all directorates by specific functionality and “lot number”.

— Lot 1 — provision of behavioural skills and leadership and management training and development,

— Lot 2 — provision of IT training and development,

— Lot 3 — provision of associates to support organisational development,

— Lot 4 — provision of diversity and staff engagement development and training,

— Lot 5 — provision of manual handling training,

— Lot 6 — provision of first aid training,

— Lot 7 — provision of simulation training for clinicians and healthcare professionals,

— Lot 8 — provision of clinical supervision for nurses.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Provision of Behavioural Skills and Leadership and Management Programmes and Training Initiatives

II.2.2) Additional CPV code(s)

80000000

80400000

80500000

80510000

80511000

80532000

80570000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NHSBT locations throughout England and North Wales. The contract may also be used by other blood services including Wales, Scotland,Northern Ireland, NHS and ALBs.

II.2.4) Description of the procurement

To develop a framework of external suppliers to:

— assist NHSBT with the task of providing a range of behavioural and leadership and management course /programmes as per the individual specification, some of which may be accredited,

— develop, design, deliver and evaluate bespoke course and off the shelf programmes which may be directorate or corporate led and other ad hoc requirements /training initiatives,

— tenderers must have the experience and ability to design, deliver and evaluate at the appropriate level. These programmes may be delivered face to face, digital or blended formats,

— tenders should be able to demonstrate that their trainers have occupational, practical abilities to deliver these programmes and where relevant, the recognised professional approval.

Programmes which will be delivered to NHSBT senior managers will need to be delivered by trainers who have the practical leadership and management experience as well as the ability to inspire at this strategic level.

— must have knowledge of up to date and new leadership and management thinking and theories which can challenge and inspire senior leaders,

— must have the ability to design, develop and produce or be able to sub contract (writing /authoring) e-learning packages which use /compatible with certified scorm v1.2 compliant /html 5 based e-learning technology,

— must be licensed /approved to deliver psychometric profiling tools as a minimum MBTI step 1 and 2 and insights.

Have recognised industry awarding body approval /accredited for coaching and leadership and management programmes.

Working in partnership with NHSBT, ensuring consistency, quality and cost effectiveness.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 400

Quality criterion: Delivery performance / Weighting: 70

Quality criterion: General / Weighting: 130

Quality criterion: Cost / Weighting: 400

Price / Weighting:  See II.2.5

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

Start: 01/11/2018

End: 31/10/2021

This contract is subject to renewal: Yes

Description of renewals:

With the option to extend by a further:1 x 1 year period — until 31.10.2022.

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

Lot No: 2

II.2.1) Title

Provision of IT Training and Development

II.2.2) Additional CPV code(s)

80000000

80400000

80420000

80500000

80510000

80533000

80533100

80533200

80550000

80570000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NHSBT locations throughout England and North Wales.The contract may also be used by other blood services including Wales, Scotland,Northern Ireland, NHS and ALBs.

II.2.4) Description of the procurement

NHSBT delivers a range of ICT courses to meet the training needs of its staff when using ICT hardware and/or software, in accordance with corporate requirements. Currently NHSBT outsources all of its IT training and development. In the future, NHSBT may deliver a proportion of these programmes, the external bidder(s) will be required to support the internal trainers through the delivery of necessary programmes and support with the development of new courses and internal support structures. The bidders should be able to deliver these courses flexibly, either as an ‘open’ / public course, or closed course either at the bidder’s sites or at one of NHSBT’s sites.

NHSBT wish to provide a framework of supplier(s) who will be able to deliver the IT training based upon face to face delivery and / or providing the resources to enable self-directed learning and also on-line/ digital training. On-line learning may be hosted through an external website within the IT parameters of NHSBT or via electronic workbooks and the bidders will need to be able to demonstrate how they will assess any gaps in learners’ skills and signpost learners to the relevant level of support.

Where an off the shelf course is not available, the suppliers will need to work with NHSBT to create a bespoke training/ development activity to meet the IT capability requirement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 400

Quality criterion: Delivery Performance / Weighting: 70

Quality criterion: General / Weighting: 130

Quality criterion: Cost / Weighting: 400

Price / Weighting:  See II.2.5

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

Start: 01/11/2018

End: 31/10/2021

This contract is subject to renewal: Yes

Description of renewals:

With the option to extend by a further 1 x 1 year period — up to 31.10.2022.

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

Lot No: 3

II.2.1) Title

Provision of Associates to support Organisation Development (OD)

II.2.2) Additional CPV code(s)

80000000

80400000

80500000

80510000

80532000

80550000

80570000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NHSBT locations throughout England and North Wales.The contract may also be used by other Blood Services including Wales, Scotland,Northern Ireland, NHS and ALBs.

II.2.4) Description of the procurement

NHSBT is committed to the development and career progression of all staff within the organisation as part of improving organisational effectiveness. It is recognised that to ensure continued growth, there is a necessity to undertake targeted development interventions and change programmes.

NHSBT require a small team of associates to provide additional support on an ad-hoc or on a discrete project basis in the Organisational development department, to be delivered in partnership and to include but not exclusively:

— Senior manager, executive and board team development.

— Executive and senior leadership development.

The Associates will assist and support the Head of organisational development and the Senior OD manager in OD activities to include:

— Executive coaching and mentoring.

— Structured and unstructured facilitation.

— Leadership development.

— Action learning set facilitation.

— 360 degree feedback.

— Assessment and development centre design support including simulations, assessment processes and feedback for high potential, targeted development programmes.

— Talent management schemes.

— Change management.

— OD consultation (Diagnostic and Dialogic).

— Team development.

— Diversity and inclusivity agenda including Senior female leadership.

— The Associates will need to be to speak (or source speakers) at conferences on subjects such as strategic leadership, leadership skills development and related topics.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 400

Quality criterion: Delivery performance / Weighting: 70

Quality criterion: General / Weighting: 130

Quality criterion: Cost / Weighting: 400

Price / Weighting:  See II.2.5

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

Start: 01/11/2018

End: 31/10/2021

This contract is subject to renewal: Yes

Description of renewals:

With the option to extend by a further 1 x 1 year period — up to 31.10.2022.

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

Lot No: 4

II.2.1) Title

Provision of Diversity and Staff Engagement Development and Training

II.2.2) Additional CPV code(s)

80000000

80400000

80500000

80510000

80530000

80532000

80550000

80570000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NHSBT locations throughout England and North Wales.The contract may also be used by other Blood Services including Wales, Scotland,Northern Ireland, NHS and ALBs.

II.2.4) Description of the procurement

NHSBT wishes to appoint a framework of suitably qualified and experienced Suppliers skilled in the design, delivery / facilitation and evaluation of diversity, inclusion and engagement initiatives. It is envisaged that any interventions will help to support and sustain long term cultural change across NHSBT.

The suppliers will support NHSBT on a variety of organisation development activities within this specialist subject area using a variety of models, such as mentoring, executive coaching, action learning set facilitation, e-learning supporting the development of employee networks and the development of culturally competent specific interventions.

The successful suppliers must be able to demonstrate a proven track record and expertise of working in the field of diversity and Inclusion and may be required for /offer consultancy activities/ based on the following types of interventions such as:

— to develop bespoke activities and initiatives to support NHSBT’s Leaders in their goal,

— to be more culturally competent and to gain further understanding in the dynamics of managing a diverse workforce,

— to improve engagement with frontline leaders and middle managers,

— to provide expert support and assistance in the development of employee networks such as; Lesbian, gay, bisexual and transgender (LGBT+); Disability; Black, asian and minority ethnic (BAME); women and all other protected characteristics as stated in the Equality Act 2010,

— to organise various events for the NHSBT Board and Executive team such as Diversity board seminars and Engagement seminars for the Executive team as and when required.

— to undertake equality assessments and analysis,

— to provide expert coaching/ mentoring to diverse minority groups,

— to provide career and professional development advice and guidance to those employees represented within the protected characteristics of the Equality Act 2010,

— to deliver Positive action initiatives/ programmes,

— the development of Staff engagement strategy leading to the development of initiatives to improve engagement scores and measure staff engagement using interactive polls,

— undertaking quantitative and qualitative research based on NHSBT’s staff surveys and engagement activities,

— to organise and host:

Staff and public focus groups and encourage multi-partnership working with BAME communities and agencies.

Equality, Diversity and Inclusion focus groups.

— employee Forums if required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 400

Quality criterion: Delivery performance / Weighting: 70

Quality criterion: General / Weighting: 130

Quality criterion: Cost / Weighting: 400

Price / Weighting:  See II.2.5

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

Start: 01/11/2018

End: 31/10/2021

This contract is subject to renewal: Yes

Description of renewals:

Option to extend by a further 1 x 1 year period — up to 31.10.2022.

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

Lot No: 5

II.2.1) Title

Provision of Manual Handling Training

II.2.2) Additional CPV code(s)

80000000

80400000

80500000

80510000

80511000

80550000

80570000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NHSBT locations throughout England and North Wales.The contract may also be used by other Blood Services including Wales, Scotland,Northern Ireland, NHS and ALBs.

II.2.4) Description of the procurement

NHSBT is looking for a supplier(s) that operates a robust and effective Health, safety and wellbeing management system. Including as a minimum; Policy and procedures, accident reporting and investigation and risk management systems. The successful Bidder(s) would be able to work with and value a diverse workforce to which they will support and deliver Manual handling training. They will do this using NHSBT training packages with up to 6 trainers who are members of the Ergonomic society or equivalent. The supplier(s) will be expected to familiarise and gain an understanding of NHSBT practices and working environments, including liaising with HSW trainers and/or risk assessors, Specialist nurses organ donation trainers and NHSBT staff working in the Therapeutic, Blood supply and tissues services, ODT departments. The supplier(s) may be asked to develop, design and deliver bespoke programmes according to operational needs. The training courses will include the following:

— Manual handling specialist – Training manual handling specialist refresher training.

— Safer people handling for blood supply – Train the Trainer.

— Train the Trainer in Moving and handling for organ donation and transplantation.

— Ergonomic training.

— Develop, design, deliver and evaluate bespoke manual handling — health and safety programmes as required by NHSBT including performing manual handling observations.

Supplier(s) will need to be flexible in delivering programmes which may include evenings and weekends where necessary, to meet the needs of NHSBT.

Supplier(s) will need to be able to provide bespoke training courses where attendees are entirely from one function. For example, where attendees are solely from Blood donation or ODT the people handling modules should be included with the general manual handling and ergonomics training.

Supplier(s) will be expected to liaise with NHSBT’s HS&W Team to support them in the development and improvement of existing training packages.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 400

Quality criterion: Delivery performance / Weighting: 70

Quality criterion: General / Weighting: 130

Quality criterion: Cost / Weighting: 400

Price / Weighting:  See II.2.5

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

Start: 01/11/2018

End: 31/10/2021

This contract is subject to renewal: Yes

Description of renewals:

The option to extend by a further 1 x 1 year period up to and including the 31.10.2022.

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

Lot No: 6

II.2.1) Title

Provision of First Aid Training

II.2.2) Additional CPV code(s)

80000000

80400000

80500000

80510000

80511000

80560000

80561000

80562000

80570000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NHSBT locations throughout England and North Wales.The contract may also be used by other Blood services including Wales, Scotland,Northern Ireland, NHS and ALBs.

II.2.4) Description of the procurement

Supplier(s) are required to provide a full course administration service and delivery of the programmes and may be asked to provide supporting advice. Supplier(s) required to give access to all NHSBT training records in the required format, including sending monthly spend / learner activity. Delivery costs should be defined between ‘open course’ models and courses delivered specifically to NHSBT staff. The trainer must be willing to travel throughout UK to deliver training where appropriate. The administration system pricing model should also reflect the administration of a recall of learners system to update NHSBT staff’s skills.

— All the programmes must be interactive, using different teaching methods, including practical exercises.

— First Aid at Work and First Aid at Work refresher courses — the programme should contain the specific learning outcomes, including AED training as per the HSE guidance, to ensure a member of staff is competent to deliver first aid at work.

— Emergency first aid at Work and Emergency first aid at Work refresher courses.

— A programme which includes AED training and gives First Aiders the ability to refresh their skills on an annual basis.

— Any bespoke courses required by NHSBT.

Training must include individual assessment of competence of each learner, with both practical and underpinning knowledge evidenced and documented. Certificates of competency must be issued to NHSBT on successful completion of the course within 10 days.

Supplier(s) must be prepared to work in partnership with NHSBT to review course evaluation feedback and make recommendations to improve the programmes where appropriate. Bidder is expected to work in a collaborative way with the Head of Health and safety policy and planning.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 400

Quality criterion: Delivery performance / Weighting: 70

Quality criterion: General / Weighting: 130

Quality criterion: Cost / Weighting: 400

Price / Weighting:  See II.2.5

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

Start: 01/11/2018

End: 31/10/2021

This contract is subject to renewal: Yes

Description of renewals:

With the option to extend by a further 1 x 1 year period — up to and including the 31.10.2022.

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

Lot No: 7

II.2.1) Title

Provision of Simulation Training for Clinicians and Healthcare Professionals

II.2.2) Additional CPV code(s)

80000000

80400000

80500000

80510000

80511000

80561000

80570000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NHSBT locations throughout England and North Wales.The contract may also be used by other Blood services including Wales, Scotland,Northern Ireland, NHS and ALBs.

II.2.4) Description of the procurement

NHSBT are looking for credible and reputable NHS simulation suppliers in various geographical locals across the 4 countries of the UK, who will be able to work with our existing simulation training packages aimed at SNODS, NHS Critical care doctors to provide an excellent, safe training experience for the learner within a supportive learning environment.

NHSBT are looking to facilitate and develop simulation training in both element A and B (see below) at suppliers respective simulation centres:

— Element A — SNOD and Medical Training — With a longer-term vision of combined SNOD and medical training — interdisciplinary.

— Element B — Blood Supply — ‘Train the trainer’.

Alongside existing training packages NHSBT would be looking for Supplier(s) who are flexible, able to adapt and assist in the ongoing evaluation and development of any further packages in line with any changes of UK legislation, clinical and/or changes in NHSBT practice. This may include reviewing the existing programme and making suggestion for improvement including a blended learning approach.

The training needs to address emotionally complex subject matter, allowing for reflection, feedback and shared practice which is difficult to recreate on the job and at the time; therefore, requires a safe, simulated, training environment in the ‘classroom’.

Through simulation training it is important that the SNOD’s and clinicians develop ‘deliberate practice’, self reflection, active listening and awareness of personal appearance/impact and influence to address the personal, professional and emotionally complex subject matter of organ donation with potential donor families and professional colleagues involved in the donation pathway.

There are also clinical aspects for both the nursing and medical programmes. We anticipate running 3 – 4 scenarios in tandem for the Nursing programme over 3 days utilising 1 paediatric and 3-4 adult mannequins within both ITU and operating theatre setups. Within the Medical programme there will be one day of lectures and the second day comprising 6 rotating work stations. A minimum of 1 lecture theatre or equivalent and 6-7 multi-function rooms are required.

We anticipate utilising NHSBT faculty alongside faculty from the supplier, simulation technicians for each station and actors sourced either by the supplier(s) or from a national company. There are appointed Simulation Directors within NHSBT for all of Element A to work closely alongside the suppliers.

Bidders will be able to demonstrate that they can fulfil the following criteria:

— provision of a high-fidelity mannequin simulation suite to include 4 mannequins, fully adjustable haemodynamic monitoring and 4 working ventilators amongst other critical care equipment,

— simulation suite is affiliated to a medical school, university or acute NHS hospital trust,

— provision of break out rooms with computer, uninterrupted Wi-Fi access throughout the entire centre, video feedback facility and telephone,

— within the team of trainers, there will be designated individuals with experience of critical care medicine and/or organ donation,

— development of programme based on feedback,

— production of certificates to confirm successful completion of course,

— bidders should have designated administrative support to ensure successful running of the courses to include catering,

— willingness and proven track record to produce joint posters and papers with NHSBT for publication and presentation at conferences on both national and international platforms.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 400

Quality criterion: Delivery performance / Weighting: 70

Quality criterion: General / Weighting: 130

Quality criterion: Cost / Weighting: 400

Price / Weighting:  See II.2.5

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

Start: 01/11/2018

End: 31/10/2021

This contract is subject to renewal: Yes

Description of renewals:

With the option to extend for a further 1 x 1 year period — up to and including 31.10.2022.

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

Lot No: 8

II.2.1) Title

Provision of Clinical Supervision for Nurses

II.2.2) Additional CPV code(s)

80000000

80400000

80500000

80510000

80511000

80561000

80570000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

NHSBT locations throughout England and North Wales.The contract may also be used by other Blood services including Wales, Scotland,Northern Ireland, NHS and ALBs.

II.2.4) Description of the procurement

NHSBT is committed to supporting access to clinical supervision for all registered nurses, aiding and enabling them to develop their knowledge, skills and values to improve standards of care, and recognising its contribution to Healthcare governance. The NHSBT Nursing Strategy (2016 – 2020) specifically describes enabling nurses to access clinical supervision.

In order to achieve this, nurses need support and training to develop their skills, critical reflective thinking and build their confidence in clinical supervision. Supervisors need to develop their competence to supervise others, and supervisees need to be sufficiently prepared to be able to fully utilise clinical supervision. This is supported by the Care quality commission (CQC 2013) who state: Supervisors should be adequately trained, experienced and supported to perform their role.

NHSBT needs to provide Clinical supervision training to registered nurses which includes:

— sufficient support to allow attendees to fulfil both the Clinical supervisee and supervisor role,

— definitions, purpose, boundaries and tasks of clinical supervision – what it is and what it is not,

— roles and responsibilities of both supervisees and supervisors,

— any related legal issues,

— models and frameworks to support clinical supervision,

— the importance of having a clinical supervision contract, which includes the need for confidentiality,

— the structure of clinical supervision and practical aspects to support both the supervisee and supervisor – who, responsibilities, setting it up, duration, frequency, documentation,

— trouble shooting advise for both supervisee and supervisor,

— experienced discussion and case-studies.

This training would need to be delivered face-to-face, maximum 1 day (6 hours including breaks) in duration, at various sites across the organisation, supported by additional resources such as a workbook or on-line material. This may include pre-course material.

Frequency of training will be variable depending on NHSBT’s requirements.

The supplier(s) need to provide experienced trainers who have themselves participated in Clinical supervision, so they can bring credible real-life experience to the training. The trainers will also need to be able to understand the nursing practices within NHSBT, so they can develop their training to our specific requirements and ways of working (e.g. specialist nursing roles and challenges of geographical teams).

We would expect the Supplier(s) to:

— provide written training resources including any pre-course material,

— use a variety of training techniques and styles such as, for example, presentation, interactive discussions or exercises, simulation/role play, e-learning, video, and workshop activities, supported by written resources.

Following the training, we would expect the nurse to be equipped and confident to undertake Clinical supervision, both as a supervisor and supervisee. They will be aware of all relevant NHSBT policies and documentation, and any associated legal aspects.

NHSBT may request additional training programmes to support Clinical Supervision as need demands. For example, we may want to develop our own in-house Clinical supervision training, and so the provider may be asked to support ‘train the trainer’. This may require a more in-depth training course for a small number of trainees. Training will be needed on a pro rata basis.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 400

Quality criterion: Delivery performance / Weighting: 70

Quality criterion: General / Weighting: 130

Quality criterion: Cost / Weighting: 400

Price / Weighting:  See II.2.5

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

Start: 01/11/2018

End: 31/10/2021

This contract is subject to renewal: Yes

Description of renewals:

With the option to extend by a further 1 x 1 year period — up to and including the 31.10.2022.

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 22/06/2018

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 29/06/2018

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

Tender must be valid until: 31/10/2021

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Please note — Electronic ordering,invoicing and payment will be used and accepted.

VI.4) Procedures for review

VI.4.1) Review body

NHS Blood and Transplant

500 Northway, North Bristol Park

Bristol

BS34 7QH

UK

VI.4.2) Body responsible for mediation procedures

NHS Blood and Transplant

Bristol

UK

VI.4.4) Service from which information about the review procedure may be obtained

NHS Blood and Transplant

Bristol

UK

VI.5) Date of dispatch of this notice

23/05/2018

Coding

Commodity categories

ID Title Parent category
80400000 Adult and other education services Education and training services
80533200 Computer courses Computer-user familiarisation and training services
80533100 Computer training services Computer-user familiarisation and training services
80533000 Computer-user familiarisation and training services Vocational training services
80000000 Education and training services Education
80420000 E-learning services Adult and other education services
80562000 First-aid training services Health and first-aid training services
80560000 Health and first-aid training services Training services
80561000 Health training services Health and first-aid training services
80532000 Management training services Vocational training services
80570000 Personal development training services Training services
80550000 Safety training services Training services
80510000 Specialist training services Training services
80511000 Staff training services Specialist training services
80500000 Training services Education and training services
80530000 Vocational training services 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:
Rosalind.Gill@nhsbt.nhs.uk
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.