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)
Country
United Kingdom
NUTS code
UKK11 - Bristol, City of
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
Country
United Kingdom
Internet address
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').