Tender

NHS West Yorkshire Integrated Care Board (WYICB) Framework for the Provision of Health & Care Evaluation (HaCE) Services

  • NHS West Yorkshire Integrated Care Board
  • NHS West Yorkshire Integrated Care Board

F02: Contract notice

Notice identifier: 2023/S 000-001913

Procurement identifier (OCID): ocds-h6vhtk-039979

Published 20 January 2023, 4:34pm



Section one: Contracting authority

one.1) Name and addresses

NHS West Yorkshire Integrated Care Board

White Rose House, West Parade

Wakefield

WF11LT

Email

wyicb-leeds.prmbu@nhs.net

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

Email

wyicb-leeds.prmbu@nhs.net

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