Tender

Academic Health Science Network NENC DPS

  • Academic Health Science Network – North East & North Cumbria Limited

F02: Contract notice

Notice identifier: 2023/S 000-015073

Procurement identifier (OCID): ocds-h6vhtk-03cfc6

Published 26 May 2023, 12:00pm



Section one: Contracting authority

one.1) Name and addresses

Academic Health Science Network – North East & North Cumbria Limited

Biomedical Research Building, Campus for Ageing and Vitality, University of Newcastle, Nuns Moor Road

Newcastle-upon-Tyne

NE4 5PL

Contact

Mrs Liz Brown

Email

liz.brown@ahsn-nenc.org.uk

Telephone

+44 7447001515

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://ahsn-nenc.org.uk/

Buyer's address

https://ahsn-nenc.org.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=7c5bf33c-52fa-ed11-8122-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=7c5bf33c-52fa-ed11-8122-005056b64545

one.4) Type of the contracting authority

Other type

Company Limited by Guarantee

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Academic Health Science Network NENC DPS

Reference number

DN670401

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The AHSN NENC is one of 15 AHSNs across England which were created in 2013 in response to the Accelerate Access Review. The AHSN network acts at the interface between Industry, Academia and the NHS to support the adoption and spread of innovation at pace and scale, which in turn improves patient outcomes and generates economic growth.

The AHSN NENC uses “The Innovation Pathway” as the model to illustrative the support that is on offer to innovators, from conceptualisation of their idea, through to its development, evaluation and adoption and spread by the health and care system. Each element of the pathway is described by a hexagon. The AHSN co-ordinates delivery of this support by commissioning the most appropriate partner with the necessary specialist expertise.

During the pandemic the AHSN NENC revised the Innovation Pathway following a large-scale consultation process with innovators, current delivery partners and other important stakeholders in the regional ecosystem. A series of insight gathering workshops took place and helped to shape a revised version of the Innovation Pathway. We have increased the spectrum of services we offer to innovators adding additional hexagons to the pathway and have expanded our pool of delivery partners who can deliver these services. Many of the providers offer multiple services across the pathway. This has resulted in us creating a DPS to ensure an open, transparent, and competitive process for procuring services, and compliance with Procurement Regulations.

The AHSN NENC uses the Innovation Pathway to articulate the services that can be provided to innovators to help them navigate the Innovation Pathway and commercialise their ideas. In many cases the AHSN will not deliver these services directly but will commission various delivery partners who can provide specialist services. The commissions will vary by duration, value and the type of support or assistance required. In recognition of the diverse and variable nature of the requirements the AHSN NENC is establishing a Dynamic Purchasing System (DPS) to establish a competitive route to obtain these services as and when required. The DPS will consist of five lots covering the anticipated range of services. These are:

1. Idea Assessment

2. Idea Development

3. Evaluation services

4. Commercialisation, Adoption and Spread.

5. Corporate services

Expressions of interest are available at the following link https://procontract.due-north.com/Advert?advertId=7c5bf33c-52fa-ed11-8122-005056b64545

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Idea Assessment

Lot No

1

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of market assessment support for innovation. This may include identification of options with recommendations as well as implementation and delivery:

• Patent Searches;

• Intellectual Property Filing, Renewals & ongoing management

• Prior Art and freedom to operate searches;

• Horizon scanning;

• Market assessment;

• Rapid evidence evaluation;

• Literature review;

• Commercialisation partners to support marketing;

• Competitor analysis;

• Market Size and usage;

• Market segmentation and trends

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

Duration in months

60

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

two.2) Description

two.2.1) Title

Idea Development

Lot No

2

two.2.2) Additional CPV code(s)

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of specialist expertise to support the development of a value proposition. This may include delivery of the following:

• Business model canvas development;

• Business consultancy;

• Specialist support for the development of business models;

• Assessment of business options and opportunities in the health and life science;

• Business processes;

• Change management;

• Forecasting and/or planning;

• Organisational review;

• Programme & project management;

• Business Structure;

• Business process re-engineering;

• Social Value;

• Peer or Key Opinion Leader Feedback (clinical expertise)

Provision of prototype support for innovation. This may include identification of options with recommendations as well as implementation and delivery.

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

Duration in months

60

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

two.2) Description

two.2.1) Title

Evaluation

Lot No

3

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of clinical trial and evidence generation support, such as real-world evaluation and health economics for an innovation. This may include identification of options with recommendations as well as implementation and delivery.

• Support to develop protocols;

• Support development of trial documentation e.g., Patient Information Sheets, informed consent forms etc.

• Support for development and submission of documentation for ethics/HRA approval, such as IRAS forms (if required);

• Support to develop strategy for site selection for trials & evaluations;

• Support for NIHR portfolio adoption (Commercial, Non-commercial and Investigator Initiated Trials (IIT));

• Bid support to funders e.g., grant writing;

• Project Management of Trials

• Stakeholder engagement /

• Systematic reviews

• Care pathway analysis;

• Health economics modelling including cost-effectiveness analysis and budget impact analysis;

• Diagnostic test reference standard identification or development;

• Analytical validity;

• Diagnostic accuracy;

• Clinical utility;

• Cost and pricing modelling

• Early Value Assessment (NICE)

• Statistical Support

Provision of regulatory approval support for innovation. This may include identification of options with recommendations as well as implementation and delivery.

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

Duration in months

60

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

two.2) Description

two.2.1) Title

Commercialisation and Adoption and Spread

Lot No

4

two.2.2) Additional CPV code(s)

  • 66000000 - Financial and insurance services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of commercialisation and scale-up support for innovation. This may include identification of options with recommendations as well as implementation and delivery:

• Proof of Value development;

• Growth and scale;

• Internationalisation and trading globally;

• Import and export;

• Leadership and management including of individuals and teams;

• Marketing including digital marketing;

• Adoption and spread into the NHS market or healthcare markets world-wide;

• Implementation Model

• Business case Development in an NHS/Social Care setting;

• Sales;

• Manufacturing and outsourcing.

• Procurement?

• Supply chain expertise

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

Duration in months

60

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

two.2) Description

two.2.1) Title

Corporate

Lot No

5

two.2.2) Additional CPV code(s)

  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 48000000 - Software package and information systems
  • 50000000 - Repair and maintenance services
  • 66000000 - Financial and insurance services
  • 72000000 - IT services: consulting, software development, Internet and support
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Provision of corporate support to the AHSN for the delivery of its day-to-day business or extended support to innovators:

• Marketing Support;

• Comms Support;

• Finance Support;

• IT Support

o Services;

o Hardware; and

o software

• Health and Safety Services;

• HR Support;

• Organisational Development Support;

• Development of software

• Legal Services

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

Duration in months

60

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

25 May 2028

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

AHSN NENC

Newcastle Upon Tyne

Country

United Kingdom