Tender

National Framework Agreement for the provision of Job Planning Consultancy and Implementation Services

  • Countess of Chester Hospital NHS Foundation Trust
  • A full list of eligible users is available at www.nhssourcing.co.uk

F02: Contract notice

Notice identifier: 2024/S 000-016923

Procurement identifier (OCID): ocds-h6vhtk-046c79

Published 30 May 2024, 3:53pm



Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

info@coch-cps.co.uk

Country

United Kingdom

Region code

UKD63 - Cheshire West and Chester

Internet address(es)

Main address

https://www.coch.nhs.uk/

one.1) Name and addresses

A full list of eligible users is available at www.nhssourcing.co.uk

UK

Email

info@coch-cps.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.nhssourcing.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.nhssourcing.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nhssourcing.co.uk

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

National Framework Agreement for the provision of Job Planning Consultancy and Implementation Services

Reference number

F/093/JPCS/24/IB

two.1.2) Main CPV code

  • 79400000 - Business and management consultancy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The objective of this framework is to provide NHS Organisations with expert assistance to deliver optimised job planning systems and processes. The expected outcomes of the Services will be:

• An in-depth analysis of the current state of an NHS Organisation’s job planning systems and processes.

• Detailed analysis of actual and forecast demand in respect of required clinical outcomes.

• The creation of model job plans based on actual and forecast demand in respect of required clinical outcomes that are aligned with applicable NHS, Department of Health and Social Care (DHSC) and British Medical Association (BMA) best practice standards.

• Identification of gaps and/or variances between the current and model state, including but not limited to identification of variance(s) between current job plans and patient demand.

• The development of optimised systems and processes for medical job planning.

• Support, to the level specified in a Call Off Contract, to implement new optimised job planning systems and processes.

• Effective knowledge transfer to enable the NHS Organisation to sustain and build on the implemented improvements.

two.1.5) Estimated total value

Value excluding VAT: £2,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services
  • 79411100 - Business development consultancy services
  • 79414000 - Human resources management consultancy services
  • 80511000 - Staff training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The objective of this framework is to provide NHS Organisations with expert assistance to deliver optimised job planning systems and processes. The expected outcomes of the Services will be:

• An in-depth analysis of the current state of an NHS Organisation’s job planning systems and processes.

• Detailed analysis of actual and forecast demand in respect of required clinical outcomes.

• The creation of model job plans based on actual and forecast demand in respect of required clinical outcomes that are aligned with applicable NHS, Department of Health and Social Care (DHSC) and British Medical Association (BMA) best practice standards.

• Identification of gaps and/or variances between the current and model state, including but not limited to identification of variance(s) between current job plans and patient demand.

• The development of optimised systems and processes for medical job planning.

• Support, to the level specified in a Call Off Contract, to implement new optimised job planning systems and processes.

• Effective knowledge transfer to enable the NHS Organisation to sustain and build on the implemented improvements.

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: £2,400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework will run for a term of 2 years with options to extend for up to a further 2 years in annual increments.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The framework will run for a term of 2 years with options to extend for up to a further 2 years in annual increments.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Electronic auctions may be used in further competitions.

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

1 July 2024

Local time

2:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 July 2024

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Supplier instructions how to express interest and bid:

1) Browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities;

2) Register your organisation on the eSourcing portal (this is only required once);

3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure);

4) Login to the portal with the username/password;

5) Click the 'PQQs/ITTs Open To All Suppliers' link. (These are pre-qualification

questionnaires or invitations to tender open to any registered supplier);

6) Select the title of the ITT;

7) Click the 'Express Interest' button at the top of the page. This will move the PQQ/ITT into your 'My PQQs/My ITTs' page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box;

8) Review the ITT documents;

9) Responding to the ITT. Click 'My Response' under 'PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the ITT.

There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

six.4) Procedures for review

six.4.1) Review body

Countess of Chester Hospital NHS Foundation Trust

Chester

Email

info@coch-cps.co.uk

Country

United Kingdom