Section one: Contracting authority
one.1) Name and addresses
NHS West Yorkshire Integrated Care Board
White Rose House, West Parade
Wakefield
WF11LT
Country
United Kingdom
Region code
UKE42 - Leeds
Internet address(es)
Main address
https://www.wypartnership.co.uk/
Buyer's address
https://nhsleedsccg.app.jaggaer.com/web/login.html
one.1) Name and addresses
NHS West Yorkshire Integrated Care Board
White Rose House, West Parade
Wakefield
WF1 1LT
Country
United Kingdom
Region code
UKE42 - Leeds
Internet address(es)
Main address
https://www.wypartnership.co.uk
Buyer's address
https://nhsleedsccg.app.jaggaer.com/web/login.html
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
This is not a joint procurement and UK Law is applicable
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhsleedsccg.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhsleedsccg.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHS West Yorkshire Integrated Care Board (WYICB) Framework for the Provision of Health & Care Evaluation (HaCE) Services
two.1.2) Main CPV code
- 85100000 - Health services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS West Yorkshire Integrated Care Board (WY ICB) (the “Contracting Authority”) is seeking to establish a Multi-Supplier, Multi-Lot Framework of suitably qualified providers to deliver Health and Care Evaluation (HaCE) services to support the ICB’s in-house HaCE service.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1: Specific Evaluation Tasks
Lot 2: Evaluation Work Package
Lot 3: Full Evaluation
two.2) Description
two.2.1) Title
NHS West Yorkshire Integrated Care Board (WYICB) Framework for the Provision of Health & Care Evaluation (HaCE) Services
Lot No
1, 2 & 3
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKE42 - Leeds
two.2.4) Description of the procurement
NHS West Yorkshire Integrated Care Board (WY ICB) (the “Contracting Authority”) is seeking to establish a Multi-Supplier, Multi-Lot Framework of suitably qualified providers to deliver Health and Care Evaluation (HaCE) services to support the ICB’s in-house HaCE service.
The NHS West Yorkshire ICB Health and Care Evaluation (HaCE) Service in Leeds is a team operating in Leeds by evaluating services implemented across the health and care system in West Yorkshire. The service supports commissioners wishing to evaluate a service through either carrying out an evaluation of the service themselves or finding a partner to evaluate some, or all of the service for us.
In addition the framework will be open for use by other partners in the West Yorkshire Health and Care Partnership.
This tender requirement covers three lots- the first will be contributing to evaluation work we are carrying out through gathering data on our behalf (Lot 1), the second will require either an in-depth evaluation in a single locality, or a less complex piece of evaluation across multiple localities (Lot 2) and the third providing a full evaluation of a service (Lot 3). All three of these lots are likely to include qualitative evaluation approaches, with the second and third also including quantitative and economic evaluation elements as required by the service evaluated.
Note: if bidders want to apply for more than one Lot they would, need to apply to each Lot providing relevant example for each Lot.
Lot 1: Specific Evaluation Tasks - Part of a larger evaluation. Evaluators will be tasked with the delivery of specific elements of qualitative evaluations.
Lot 2: Evaluation Work Package - The development and execution of evaluation strategies delivering evaluation products for either an in-depth evaluation in a single locality or a less complex evaluation across multiple localities in West Yorkshire
Lot 3: Full Evaluation - Organising an evaluation from start to end. Including the development and execution of evaluation strategies and delivery of reports and evaluation products for the whole of a project.
Please note that any contract awarded will be for 1 year with the option to extend for up to 1 + 1 years.
The Framework will be open to use by the following Contracting Authorities (and any successor bodies if applicable):
• NHS West Yorkshire Integrated Care Board,
• Leeds City Council,
• Leeds Teaching Hospitals NHS Trust,
• Leeds and York Partnership NHS Foundation Trust,
• Leeds Community Health NHS Trust,
• Bradford City Council,
• The Borough Council of Calderdale,
• Kirklees Council,
• Wakefield Council,
• South West Yorkshire Partnership NHS Foundation Trust,
• Mid Yorkshire Hospitals NHS Trust,
• Calderdale and Huddersfield NHS Foundation Trust,
• Forum Central,
• The Yorkshire and Humber Academic Health Sciences Network.
The ITT Documents can be downloaded from the NHS WY ICB Sourcing portal at
https://nhsleedsccg.app.jaggaer.com/web/login.html
and clicking on CURRENT OPPORTUNITIES
This is a new portal and you will be asked to register to create an account and supplier profile. You should only create one supplier account per organisation but you can have more than one user per supplier account.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
13 April 2023
End date
12 April 2024
This contract is subject to renewal
Yes
Description of renewals
The contract duration will be for 1 year with an option to extend for up to 1 + 1 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
GUIDANCE ON SPAM FILTERS:
In order to prevent eTendering portal emails from being quarantined by your organisation fire wall or spam filter, you are advised to instruct your IT team to accept all emails from a ".bravosolution.com";
".bravosolution.co.uk" and ".jaggaer.com" address. Please also review the Junk Email settings of your email client software to avoid accidental message deletion.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 March 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 20 March 2023
four.2.7) Conditions for opening of tenders
Date
20 March 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom