Opportunity

Procurement for the Establishment of a Consultancy Dynamic Purchasing System 2.0 to NHS South, Central & West Commissioning Support Unit

  • NHS England (trading as NHS South, Central & West Commissioning Support Unit)

F02: Contract notice

Notice reference: 2022/S 000-035542

Published 15 December 2022, 3:28pm



Section one: Contracting authority

one.1) Name and addresses

NHS England (trading as NHS South, Central & West Commissioning Support Unit)

360 Bristol, Marlborough St

BRISTOL

BS13NX

Contact

Michael Pingstone (SCW)

Email

michael.pingstone@nhs.net

Country

United Kingdom

NUTS code

UKK11 - Bristol, City of

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.scwcsu.nhs.uk/

Buyer's address

https://health-family.force.com/s/Welcome

one.2) Information about 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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

Procurement for the Establishment of a Consultancy Dynamic Purchasing System 2.0 to NHS South, Central & West Commissioning Support Unit

two.1.2) Main CPV code

  • 72221000 - Business analysis consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

SCW has a combination of skills and expertise which mean that we are very well placed to support health and care organisations and systems to address their challenges. In order to complement these capabilities and to enhance our capacity to provide support, SCW is seeking to establish a Dynamic Purchasing System (DPS) of suitably qualified organisations that can provide a range of project-based consultancy services, normally working as part of blended teams with SCW staff and associates, delivering services to our customers.

Along with proven technical expertise, it is vital that potential providers understand the health and care environment that we operate in. This should include an excellent understanding of the wider direction of travel for health and care in the context of the national agenda and local drivers.

The DPS is being let in 6 Lots as follows:

Lot 1 - Clinical Measurement - Clinical Measurement

Lot 2 - Clinical Measurement - Health Economics

Lot 3 - Digital Transformation

Lot 4 - System Transformation

Lot 5 - Turnaround - Workforce

Lot 6 - Turnaround - Specialist Services

The DPS will be let for a period of 5 years (period of validity). The maximum value across all Lots of the DPS over the 5-year term is £200m inclusive of any non-recoverable VAT. This DPS is for the use of SCW and NHS England through it's other Commissioning Support Units.

To submit a bid, you will need to be registered on the Atamis system and 'express an interest', and then complete a response as specified within the procurement documents.

Interested suppliers will be able to view this notice via the 'current tenders' list on the e-procurement system Atamis, available on the following link:

https://health-family.force.com/s/Welcome

Bids must be received via the Atamis e-procurement system by no later than midday on 13 January 2023.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

Maximum number of lots that may be awarded to one tenderer: 6

two.2) Description

two.2.1) Title

Clinical Measurement - Clinical Measurement

Lot No

1

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 - Clinical Measurement - Clinical Measurement

a. Data:

• Significant expertise in using data and measurement to support quality improvement

• Capacity to carry out data linkage and analysis, and experience of seeking out and securing new data (beyond NHS data) to create better data linkages

• Clinical grouping, case mix adjustment and predictive analytics

• Experience creating new approaches to analysing data to complement gaps in existing data

• Significant clinical expertise in order to use and interpret data from a clinical and operational perspective

• Expertise in using qualitative data where possible in national and other datasets

b. Knowledge and experience:

• Knowledge in and experience of the way that the NHS operates in England and the current challenges of measuring and improving patient care

• Understanding of using information to support service change

• Experience of delivering training and supporting users of information

c. Capability and capacity:

• Strong communication skills to work with a broad range of stakeholders both locally and nationally, and to communicate effectively with NHS and partner organisations, patients and the public

• Credibility, influencing, and leadership skills to earn trust and convincingly advance the case for change, supported by relevant data

• Ability to provide an independent, transparent and complete perspective in all work, with the aim of ensuring outputs in all activity have the utmost clinical relevance and accuracy

Lot 2 - Clinical Measurement - Health Economics

a. Knowledge and experience:

• Significant expertise in the use of health economics approaches in order to evaluate service changes and other interventions, including educational, system and organisational change programmes within the NHS

• Experience in modelling to understand drivers of service costs and outcomes

• Knowledge in and experience of the way that the NHS operates in England and Wales and the current challenges of measuring and improving the quality and value of health services

b. Capability and capacity:

a. Strong communication skills to work with a broad range of stakeholders and data sources both locally and nationally, and to communicate effectively with NHS and stakeholder organisations, patients and the public

b. Credibility, influencing, and leadership skills to earn trust and convincingly advance the case for change, supported by relevant data

c. Ability to provide an independent, transparent and complete perspective in all work, with the aim of ensuring outputs in all activity have the utmost relevance and accuracy

Lot 3 - Digital Transformation

a. Information Strategy (e.g., IT governance, IT strategy and planning, Information security)

b. Technical strategy and planning (e.g., Emerging technologies, Solution architecture)

c. Business change implementation (e.g., portfolio/programme/project management and associated support)

d. Business change management (e.g., business analysis, benefits management, organisational design)

e. Development and implementation (e.g., system design, network design, testing)

f. User experience (e.g., user experience design and evaluation)

g. Integration (e.g., systems integration, specifically within a healthcare setting)

Lot 4 - System Transformation

a. Delivering Improvement and Efficiency (e.g., system design, behaviour change, pathway design, Financial / activity analysis, modelling & assurance, financial sustainability and turnaround)

b. Health and Care Strategic Planning (e.g., Health and Care strategy and planning, horizon scanning, research, evidence, clinical effectiveness and insight)

c. Business change implementation (e.g., portfolio/programme/project management and associated support, evaluation)

d. Business change management (e.g., business analysis, benefits management, organisational design and development)

e. Primary Care Transformation (e.g., at scale provision, sustainability & resilience programmes)

f. Organisational Development, Behavioural Change & System Leadership incl. workforce modelling, design, planning & change management)

g. Organisational Design, System Governance & Frameworks

Lot 5 - Turnaround - Workforce

a. Dynamic modelling capability that can flex within the changing NHS environment, being able to be rapidly adapted and customised

b. Support the ability to link between NHS and non-NHS data sets to model and scenario test different outcomes

c. Provision of reporting capabilities that can be tailored to various customer needs

d. Solutions must simplify annual and monthly commissioning processes

e. Solutions must have functionality to support multiple years of planning cycles, forecast scenario testing and pathway analysis

f. Solutions must have the capability to perform business case modelling (i.e. contract monitoring, performance, sustainability and transformation plan monitoring, population analytics, contract baselining, contract offers, GP budget monitoring)

g. Solutions must be able to support the addition of new customers and their associated data sets and report in a timely manner

h. Needs to be able to run adjustments to base data and refresh and report the reprocessed data

i. Solutions need to be in real time

j. Solutions need to allow for a robust process of decommissioning customers with the removal and archiving of associated data and reports

k. Solutions should have data management policies and capabilities to enable archiving of historical data and reports

l. Solutions need to be user configurable and run full audit trails from base data through adjustments to the final report

Lot 6 - Turnaround - Specialist Services

a. Dynamic modelling capability that can flex within the changing NHS environment, being able to be rapidly adapted and customised

b. Support the ability to link between NHS and non-NHS data sets to model and scenario test different outcomes

c. Provision of reporting capabilities that can be tailored to various customer needs

d. Solutions must simplify annual and monthly commissioning processes

e. Solutions must have functionality to support multiple years of planning cycles, forecast scenario testing and pathway analysis

f. Solutions must have the capability to perform business case modelling (i.e. contract monitoring, performance, sustainability and transformation plan monitoring, population analytics, contract baselining, contract offers, GP budget monitoring)

g. Solutions must be able to support the addition of new customers and their associated data sets and report in a timely manner

h. Needs to be able to run adjustments to base data and refresh and report the reprocessed data

i. Solutions need to be in real time

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: £200,000,000

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.2.12) Information about electronic catalogues

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

two.2.14) Additional information

The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015.

two.2) Description

two.2.1) Title

Clinical Measurement - Health Economics

Lot No

2

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 - Clinical Measurement - Health Economics

a. Knowledge and experience:

• Significant expertise in the use of health economics approaches in order to evaluate service changes and other interventions, including educational, system and organisational change programmes within the NHS

• Experience in modelling to understand drivers of service costs and outcomes

• Knowledge in and experience of the way that the NHS operates in England and Wales and the current challenges of measuring and improving the quality and value of health services

b. Capability and capacity:

a. Strong communication skills to work with a broad range of stakeholders and data sources both locally and nationally, and to communicate effectively with NHS and stakeholder organisations, patients and the public

b. Credibility, influencing, and leadership skills to earn trust and convincingly advance the case for change, supported by relevant data

c. Ability to provide an independent, transparent and complete perspective in all work, with the aim of ensuring outputs in all activity have the utmost relevance and accuracy

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: £200,000,000

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.2.14) Additional information

The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015.

two.2) Description

two.2.1) Title

Digital Transformation

Lot No

3

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 - Digital Transformation

a. Information Strategy (e.g., IT governance, IT strategy and planning, Information security)

b. Technical strategy and planning (e.g., Emerging technologies, Solution architecture)

c. Business change implementation (e.g., portfolio/programme/project management and associated support)

d. Business change management (e.g., business analysis, benefits management, organisational design)

e. Development and implementation (e.g., system design, network design, testing)

f. User experience (e.g., user experience design and evaluation)

g. Integration (e.g., systems integration, specifically within a healthcare setting)

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: £200,000,000

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.2.14) Additional information

The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015.

two.2) Description

two.2.1) Title

System Transformation

Lot No

4

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 - System Transformation

a. Delivering Improvement and Efficiency (e.g., system design, behaviour change, pathway design, Financial / activity analysis, modelling & assurance, financial sustainability and turnaround)

b. Health and Care Strategic Planning (e.g., Health and Care strategy and planning, horizon scanning, research, evidence, clinical effectiveness and insight)

c. Business change implementation (e.g., portfolio/programme/project management and associated support, evaluation)

d. Business change management (e.g., business analysis, benefits management, organisational design and development)

e. Primary Care Transformation (e.g., at scale provision, sustainability & resilience programmes)

f. Organisational Development, Behavioural Change & System Leadership incl. workforce modelling, design, planning & change management)

g. Organisational Design, System Governance & Frameworks

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: £200,000,000

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.2.14) Additional information

The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015.

two.2) Description

two.2.1) Title

Turnaround - Workforce

Lot No

5

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 5 - Turnaround - Workforce

a. Dynamic modelling capability that can flex within the changing NHS environment, being able to be rapidly adapted and customised

b. Support the ability to link between NHS and non-NHS data sets to model and scenario test different outcomes

c. Provision of reporting capabilities that can be tailored to various customer needs

d. Solutions must simplify annual and monthly commissioning processes

e. Solutions must have functionality to support multiple years of planning cycles, forecast scenario testing and pathway analysis

f. Solutions must have the capability to perform business case modelling (i.e. contract monitoring, performance, sustainability and transformation plan monitoring, population analytics, contract baselining, contract offers, GP budget monitoring)

g. Solutions must be able to support the addition of new customers and their associated data sets and report in a timely manner

h. Needs to be able to run adjustments to base data and refresh and report the reprocessed data

i. Solutions need to be in real time

j. Solutions need to allow for a robust process of decommissioning customers with the removal and archiving of associated data and reports

k. Solutions should have data management policies and capabilities to enable archiving of historical data and reports

l. Solutions need to be user configurable and run full audit trails from base data through adjustments to the final report

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: £200,000,000

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.2.14) Additional information

The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015.

two.2) Description

two.2.1) Title

Turnaround - Specialist Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 72221000 - Business analysis consultancy services
  • 72224000 - Project management consultancy services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 6 - Turnaround - Specialist Services

a. Dynamic modelling capability that can flex within the changing NHS environment, being able to be rapidly adapted and customised

b. Support the ability to link between NHS and non-NHS data sets to model and scenario test different outcomes

c. Provision of reporting capabilities that can be tailored to various customer needs

d. Solutions must simplify annual and monthly commissioning processes

e. Solutions must have functionality to support multiple years of planning cycles, forecast scenario testing and pathway analysis

f. Solutions must have the capability to perform business case modelling (i.e. contract monitoring, performance, sustainability and transformation plan monitoring, population analytics, contract baselining, contract offers, GP budget monitoring)

g. Solutions must be able to support the addition of new customers and their associated data sets and report in a timely manner

h. Needs to be able to run adjustments to base data and refresh and report the reprocessed data

i. Solutions need to be in real time

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: £200,000,000

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.2.14) Additional information

The services are subject to the full regime of current procurement legislation and as such this tender will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Applicants will be assessed in accordance with the Public Contracts Regulations 2015 on the basis of information provided in response to the Selection Questionnaire.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

13 January 2023

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: No

six.3) Additional information

Atamis: Interested providers will be able to view this notice via the 'Live Opportunities' list on the e-procurement system, Atamis, available on the following link: https://health-family.force.com/s/Welcome

In order to submit a bid, you will need to be registered on Atamis and 'express an interest', and then complete a Bid response as specified within the procurement documents.

On registration, please include at least two contacts to allow for access to the system in times of absence.

This Procurement Process will be conducted in accordance with, and governed by, the Public Contracts Regulations 2015.

The Authority is not bound to accept any Bid and is not liable for any costs or expenditure incurred by those expressing an interest or submitting a Bid for this opportunity.

six.4) Procedures for review

six.4.1) Review body

High Court

England

London

EC4A 1NL

Email

ICC.issue@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/rolls-building-business-and-property-courts-of-england-wales

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Bidders will be notified of award decisions and standstill periods will be observed in accordance with the Public Contracts Regulations 2015 ('Regulations').