C0120a London Councils London Leadership Programme - Development, Management and Facilitation

Complete

Value

£120,000

Classifications

  • Specialist training services

Tags

  • tenderAmendment

Submission Deadline

4 years ago

Published

4 years ago

Description

Invitation To Tender (C0120a): London Leadership Programme - Development, Management and Facilitation

London Councils represents London's 32 borough councils and the City of London. London Councils makes the case to government, the Mayor and others to get the best deal for Londoners and to ensure that member authorities have the resources, freedoms and powers to do the best possible job for their residents and local businesses.

The London Leadership Programme (LLP) is a focused development programme to help develop professional leaders in, and across, London. The LLP has been running since the autumn of 2017. On behalf of the LLP Board London Councils is now seeking to procure the development and delivery of two further cohorts of the LLP cohorts in the period up to 2023 (one cohort in 2021/22 and another cohort in 2022/23). In addition, the Board is seeking a bespoke development package for Black, Asian and Ethnic Minority participants and the continued development of an alumni network. Bidders should have a track record of high-quality programme facilitation as well as experience of working in and with local government and the issues it, the wider public sector and global cities face.

The contract for this commission will be with London Councils on behalf of the LLP Board.

Bidders should see the rest of this notice and the ITT and other Tender documents for full details on how to apply.

Please send submissions to [email protected] quoting reference C0120a to arrive by 12 noon, Friday 27 November 2020.

Additional information: The given contract value of £120K is the lower end of the price range we are expecting for this contract. Bids may be submitted at higher or lower costs than this value but should be clearly costed as per the tender instructions.

Queries should be submitted as instructed to the contact provided in the ITT document. Responses to queries will be collated and the query log will be uploaded here within 1 working day where possible. Bidders should check back regularly to see if additions have been made to the query log since they last checked. Queries should be submitted before Friday 20 November.

------

26.11.2020 - 5pm: A query log has been uploaded. No further queries will be answered.

----

26.11.2020 - 6pm. *New version of ITT submission form uploaded.* It has been brought to our attention that the ITT Submission form contained track changes. Whilst not reflective of the high standards London Councils holds itself to, the changes do not materially affect the bid criteria and bidders should use the version uploaded on the 26th if they are able to, but we will accept the previous version. We apologise for any confusion this error has caused bidders and hope that this does not prevent you from bidding for future opportunities.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

CEFAS25-60 Request for Quotation for the delivery of passive acoustic monitoring training with one government department and one NGO in Sri Lanka, under the Ocean Country Partnership Programme (OCPP)

To view this opportunity please go to https://atamis-9529.my.site.com/login You will need to log in or create a new supplier account. The opportunity can then be found searching 'CEFAS25-60 Underwater Noise Training - Sri Lanka The Supplier is required to design, deliver and report on the in-person training of equipment set up, as well as usage and data extraction to one government department and one NGO in Sri Lanka, for passive acoustic monitoring. Cefas has been involved in equipment acquisition following interest by two Sri Lankan organisations to develop their passive acoustic monitoring capability. Three SoundTrap ST600 HF- Long Term Recorders (Ocean Instruments NZ) have been purchased and are being delivered to each of the two organisations. Cefas now require a Supplier to deliver training on the initial set up and maintenance of the noise recorders. The government organisation intends to utilise the equipment for monitoring of baseline ambient sound levels and to establish trends in anthropogenic noise around the capital of Sri Lanka, Colombo. Colombo is the main shipping area in the country, and there is also the potential for future renewable energy developments. The NGO intends to utilise the equipment for monitoring marine mammals off the southwestern and southern coasts of Sri Lanka, in particular blue whales, to support ongoing scientific research objectives determining the drivers for seasonality of different marine mammal species in Sri Lankan waters. The different objectives of each organisation must be fully considered within the design of the training provided to each one. The training will be delivered in-person in Sri Lanka, and may be delivered through classroom based sessions only or a combination of classroom and field-based sessions; the Supplier should detail their intended delivery method within their submission. Key points that should be covered by the training: 1. Basic principles of underwater noise and expectations of types of sounds that could be recorded. 2. Basic principles of how an acoustic recorder/hydrophone works. 3. How to calibrate the acoustic recorders (all 6 SoundTraps were calibrated at the National Physical Laboratory, Loughborough, UK and calibration certificates will be provided with the equipment). 4. How to set up the acoustic recorders for field deployment. 5. How to download the data off the acoustic recorders and perform basic quality control checks. 6. How to maintain the acoustic recorders (cleaning o-rings, check for corrosion etc.) The Supplier will provide step-by-step guides for each of the organisations to refer to (including picture guides) on key points 3 – 6, in addition to the in-person training. The Supplier is required to engage and work closely with both organisations, along with Cefas, to design a training plan, deliver the agreed plan and provide a short summary report following the delivery of the training. The training plan will be reviewed and approved by Cefas and in-country partners prior to delivery commencing. All in-country, in-person delivery of training is expected to be completed within 1-week, with the expectation of 1-2 days of training provided to each organisation. This will vary depending on content proposed by the Supplier and staffing availability of those from the two organisations. Exact timing of the training will be agreed between the Supplier, Cefas, and our in-country partners, within the timeframe proposed. Training may be provided in either Sinhala or English. The venue for the training should be identified by the supplier and be suitable for both organisations, venue location should be agreed with Cefas as part of the plan for training. During the design and delivery of training, the Supplier must consider Gender, Equality, Diversity and Social Inclusion (GEDSI) and Sexual Exploitation, Abuse and Harassment (SEAH). The final report should provide a summary of training delivered, demographic data of those trained and evidence of learning that occurred from the training (e.g. through pre-delivery and post-delivery questionnaires) and feedback from those trained (covering the review of the training received and how they will utilise this training in the future). The Supplier must have demonstrable knowledge of the use, set up and basic data interpretation of underwater noise monitoring equipment which is either the same as or of a similar design to the SoundTrap ST600 HF-Long Term Recorder. The Supplier should also have demonstrable evidence of the delivery of training, with an understanding of delivering work of a similar nature in tropical regions and/or across the Asian continent.

Katy Reed

Published 3 days ago
Open

Functional Assessment Clinical Assurance and Training Services (FACATS)

The Authority intends to award a public contract under section 19 of the Procurement Act 2023 (“PA 2023”). This procurement for the award of that public contract is being conducted as an open procedure in accordance with sections 20(1) and 20(2)(a) of PA 2023 for the award of a light touch contract in accordance with section 9 of PA 2023. Overview DWP commissions the provision of circa 2 million Assessments per year, which are conducted on behalf of DWP by Healthcare Professionals (HPs) employed by suppliers that were awarded Functional Assessment Service (FAS) Contracts (FAS Providers). These Assessments are used to help determine eligibility to certain disability related benefits including Personal Independence Payment (PIP), Universal Credit (UC), Employment Support Allowance (ESA) and other Specialist Benefits. The FAS Providers employ approximately 5,000 HPs to conduct Assessments on behalf of the DWP. To conduct Assessments, HPs are required to have appropriate knowledge of the clinical aspects and the functional effects of a wide range of health conditions and disabilities as well as specific knowledge of how to conduct the Assessments and the related policy. DWP owns a suite of benefit-related clinical Core Training and Guidance Materials (CTGM). The CTGM currently comprises a total of approximately 700 documents with a total of circa 30,000 pages. The CTGM is broken down into two categories, namely: a) CTGM relating to carrying out Assessments which accounts for the vast majority of documents. In addition to providing the guidance to HPs and Authority Clinicians when conducting Assessments, FAS Providers are also required to use the CTGM to inform and develop training programmes and associated materials for their circa 5,000 HPs. b) There are several CTGM documents for use by Authority Decision Makers. This category of CTGM includes guidance for Authority Decision Makers who determine eligibility for Attendance Allowance and Disability Living Allowance for Children. In addition, DWP engages approximately 200 Authority Clinicians who will also use the CTGM for reference. DWP is committed to ensuring clinical CTGM is annually reviewed and of the highest quality, evidence based, in-line with best practice and free from bias. The Authority currently anticipates awarding a contract for the services (as further described below) for an initial period of 36 months with an option (at the Authority’s discretion and subject to governance approval, available funding and satisfactory performance) for the Authority to extend the contract for a further period of up to 12 months by giving the Supplier written notice of no less than 20 Working Days before the initial term of the Contract expires. Contract subject-matter The following Services form the overall scope of Services required by the Authority under this procurement: a) Clinical QA Service - carrying out a review of the CTGM; b) Annual Clinical Training Course Service - delivering an annual clinical training course; c) Educational CPD Materials Service - developing educational CPD materials. The above Services are required to be delivered in accordance with: a) the relevant sections of the Specification, which is set out in Appendix B of the ITS; b) the relevant Service Levels, as set out in Appendix C of the ITS; and c) the terms and conditions of the Contract, for which a draft is set out in Appendix D of the ITS. The Authority has considered whether the FACATS Services could reasonably be supplied under more than one contract by dividing the procurement into lots. The Authority has concluded that splitting the procurement into lots could make the requirement disproportionately expensive to manage and increase the technical risk to deliver the requirement. The Services will be supplied under one contract. Weightings for the Technical Qualitative Questions: The weightings for Technical Qualitative Questions apply to the overall question and the Supplier should ensure any areas highlighted by the bullet points are covered within the overall response. No individual bullet point has a separate weighting and, subsequently, does not have a greater or lesser impact on the overall question, which will be assessed as a whole. Information will be evaluated against the pre-determined criteria as stated in the ITS. Suppliers' Tender Responses will be scored in accordance with the scoring criteria set out below. The score awarded for each question (in accordance with the scoring methodology detailed in paragraph 168 of the ITS) will be converted to a percentage score (in accordance with the question’s respective weighting shown in the table in paragraph 173 of the ITS) to give a total score using the following formula: Percentage score % = (Score awarded / Maximum score) x Percentage weighting Example: If a Supplier is awarded a score of 7 (Good) for Question 1, the percentage score awarded for that question will be: Percentage score % = (7/10) x 22.5% = 15.75% The maximum score available in respect of the Technical Qualitative Questions is 70%. The different weightings reflect the relative importance of each question to the Authority. Example CTGM documents: The Authority will provide copies of example CTGM documents (as listed in Appendix N to the ITS), to aid Suppliers in understanding the variation in content and size of individual CTGM documents. Due to CTGM documents being classified as Official and containing some information that is confidential, it is a requirement of the Authority that a Supplier completes and signs the Non-Disclosure Agreement (set out in Appendix O to the ITS) as a prerequisite of receiving the example CTGM documents listed in Appendix N.

Katy Reed

Published 3 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete