RW5/SM/12/05 - Management and Leadership Development Partnership framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Lancashire Care NHS Foundation Trust
Sceptre Point, Sceptre Way, Bamber Bridge
For the attention of: Stephen McGarry
PR5 6AW Preston
UNITED KINGDOM
Telephone: +44 1772676098
E-mail:

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Other
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
RW5/SM/12/05 - Management and Leadership Development Partnership framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 24: Education and vocational education services

NUTS code UKD4

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
Frequency and value of the contracts to be awarded: The award of partners for individual projects/courses shall be made by the Trust either on the basis of direct call-off where the best partner option is evident from the award information already provided, or in other cases via a mini-competition within the Framework of approved partners.
II.1.5)Short description of the contract or purchase(s)
Lancashire Care NHS Foundation Trust is a large specialist provider of Mental Health and Social Care services in the Northwest of England. Following the "Transforming Community Services” agenda, LCFT has also merged with 3 PCT provider arms and as a result is now also a diverse provider of Community services throughout Lancashire. The trust now employs over 7 000 staff on over 400 sites across the whole of Lancashire.
The Trust wants to transform its services and become a high performing, compassionate, person centred organisation, which responds to the needs of our service users, carers, staff and commissioners. Of critical importance to achieving this aim, is the need to develop the right organisational culture with effective leadership and management systems. We need to challenge ourselves to look at what we do and how we can innovatively make real improvements that enhance the patient experience. The Trust is therefore looking to work in partnership with up to 3 external providers to develop a programme of leadership development and transformation that will focus on excellent customer service and have at its heart the Trust’s values of Teamwork, Integrity,
Compassion, Excellence, Respect and Accountability.
Successful partners will need to engage with the Trust at numerous levels to develop programmes of support, training and personal development that enhance and transform the Trusts business as usual activities. Where the trust has current support and training programmes, partners shall also be expected to replace or enhance such programmes for future use.
II.1.6)Common procurement vocabulary (CPV)

80500000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The award of partners for individual projects/courses shall be made by the Trust either on the basis of direct call-off where the best partner option is evident from the award information already provided, or in other cases via a mini-competition within the Framework of approved partners.
Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: This procurement exercise will be conducted on the EU supply eTendering portal at: https://nhssbs.eu-supply.com.

Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal.
To register interest:

1) Go to ‘Current Tender Opportunities’ from the eTendering portal login page: https://nhssbs.eu-supply.com

2) Find the tender listed and click on the title. This will take you to the letter of invitation.
3) If you are not a registered user of EU Supply follow the ‘Online registration’ link otherwise follow the ‘Login’ link and enter username and password.
4) Once logged in ‘Accept’ the invitation to register your interest in the opportunity. You will then be taken direct to the tender response screen.
5) Go to the ‘Access Documents’ folder on the response screen to view and download tender documentation.

Further guidance on how to access and respond to the opportunity is available in the ‘Quick Guide for Suppliers’ which is available for downloading from the main portal login page: https://nhssbs.eu-supply.com.

(follow link: ‘Quick Guide for Suppliers’).

For any support in submitting your response please contact EU Supply Helpdesk at (Tel: +44 8008402050) quoting the tender ID number.

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Potential bidders must provide an up to date and validated SID4HEALTH profile on www.sid4health.nhs.uk, RTP list, RW5_284 as this will be a scorable part of supplier bids.

III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria

The most economically advantageous tender in terms of the criteria stated below

1. SID4HEALTH. Weighting 20

2. Trainer CV profiles. Weighting 10

3. Approach. Weighting 5

4. Delivery. Weighting 5

5. Monitoring. Weighting 5

6. Evaluation. Weighting 5

7. Commercial offer. Weighting 40

8. Final Panel presentation. Weighting 10

IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
6.11.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 6.11.2012 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
-.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
26.9.2012

Other interesting websites