NHS Leadership Academy Tender
T.UHSM.004 – diagnostic suite for the NHS Leadership Academy.
UK-Manchester: development consultancy services
2012/S 64-104429
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Leadership Academy, hosted by the University Hospital of South Manchester NHS Foundation Trust
1st Floor Tower Block, Wythenshawe Hospital, Southmoor Road
For the attention of: Jo Withers
M23 9LT Manchester
UNITED KINGDOM
E-mail: jo.withers@leicspart.nhs.uk
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
Body governed by public law
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:
T.UHSM.004 – diagnostic suite for the NHS Leadership Academy.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
From the 1.4.2012, the NHS Leadership Academy brings together for the first time all the national activity supporting leadership development in health and NHS funded services. The Academy is looking to work with a provider who will design, develop and deliver a diagnostic solution that becomes a principle component of many of the Academy’s national products and programmes.
Additional information regarding the scope of this project is supplied within Section II.2.1.
II.1.6)Common procurement vocabulary (CPV)
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:
As a key part of the NHS top leaders programme we have previously commissioned and run a highly successful diagnostic process, giving participants on the programme a robust and detailed inventory of their leadership styles, behaviors, capabilities and an assessment of the work climate they are creating.
We are refreshing this process with a view to making the diagnostic more widely available for a broader leadership community accessing national programmes from the NHS Leadership Academy. This will include senior leaders, mid-career clinical leaders and clinical leaders from primary care including general practitioners. The diagnostic suite may also be made available to Public Health Specialists and entry level leaders.
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
Starting 1.9.2012. Completion 31.8.2014
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: Please refer to uploaded PQQ on Eu-supply.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to uploaded PQQ on Eu-supply.
Minimum level(s) of standards possibly required: Please refer to uploaded PQQ on Eu-supply.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to uploaded PQQ on Eu-supply.
Minimum level(s) of standards possibly required:
Please refer to uploaded PQQ on Eu-supply.
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
Restricted
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. Capability to carry out the project. Weighting 35
2. Capacity to carry out the project. Weighting 20
3. Understands the scope of the project. Weighting 20
4. Price. Weighting 25
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:
T.UHSM.004
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
30.4.2012 – 17:00
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
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
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://leicsprocurement.eu-supply.com.
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:28.3.2012