Section one: Contracting authority
one.1) Name and addresses
NHS England
Skipton House, 80 London Road
London
SE1 6LH
Contact
Liz Salter
Country
United Kingdom
NUTS code
UKI31 - Camden and City of London
National registration number
123
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Children and Young Peoples Keyworker Scheme Evaluation
two.1.2) Main CPV code
- 79419000 - Evaluation consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS England are seeking to appoint a national evaluator who will work with selected Keyworking pilot sites, regions and the national team during the Pilot and early adopter phase, iteratively learning from each stage and evidencing the impact of the work
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73000000 - Research and development services and related consultancy services
- 72316000 - Data analysis services
- 79313000 - Performance review services
- 85311300 - Welfare services for children and young people
- 79410000 - Business and management consultancy services
- 72221000 - Business analysis consultancy services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The Children and Young People (CYP) Keyworking function has been developed through consultation and co-production as a response to the NHS England & NHS Improvement Long Term Plan (LTP) commitment that by 2023/24 children and young people with a learning disability, autism or both with the most complex needs, will have a designated Keyworker.It is essential for NHS England and national stakeholders to understand the impact and outcomes of introducing the CYP Keyworking model at scale to identify how it should be embedded into national specifications and fully rolled out nationallyIt is anticipated that this work will:1. Deliver a formative strategy and plan based on the learning from the pilot phase evaluation that will support the effective delivery of the new Keyworking Model 2. Deliver a robust learning cycle through the pilot phase and evaluation of the wider roll out.3. Deliver regular briefings, updates, presentations and reports to the Community of Practice to ensure key learning is shared as quickly as possible across all pilot and early adopter sites4. Deliver regular briefing, updates, presentations and reports to the Keyworking Steering Group as part of the governance and oversight model5. Support the development and testing of metrics designed in wave one that will inform future ongoing national datasets across the secure case sector that will ultimately support improvements across the system6. Deliver interim and final reports with recommendations for the ongoing delivery and roll out of the new Keyworking modelNHS England and NHS Improvement are seeking to contract with a suitably experienced and qualified supplier to carry out evaluation of the pilot of scheme using their expertise in rapid cycle methodology. Bidders must be able to demonstrate previous experience in delivering similar evaluation projects this should include:• Skilled in working with stakeholders, including national bodies who represent people with a learning disability, family carers and GPs• Skilled in developing and implementing stakeholder campaigns across partner channels including national bodies• Skilled in the development of benchmarking surveys• Skilled in fieldwork to explore key reflections on the progress, activities and focus of the pilots• Interim analysis and reporting at pace
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,125,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 March 2021
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 March 2021
Local time
2:00pm
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 High Court
Strand
London
WC2A 2LL
Country
United Kingdom