South Essex Partnership University NHS Foundation Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Management Consultancy Services for the NHS |
Notice type: | Contract Notice |
Authority: | South Essex Partnership University NHS Foundation Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Providers will be engaged and expected to contribute effectively to the work of SEPTs Strategy and Business Development Directorate ; the function of which includes long term strategic planning, compliance and assurance, delivery of whole organisation change management programmes (including CQUIN), merger and acquisition and a range of business development activities to ensure organisational stability and future sustainability. Individuals will provide project management expertise to lead on defined task/finish pieces of work with an emphasis on leading a range of clinical and non clinical service improvement initiatives linked to contracts, performance and service needs. Leadership qualities are essential as the provider will be working within clinical and operational teams to achieve challenging goals across the organisation and lead programmes linked to standardisation, reduced variation, productivity and efficiency. There will be the requirement for providers to undertake multiple projects simultaneously, utilising SEPTs programme management/LEAN business engineering approach |
Published: | 03/01/2013 16:18 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
South Essex Partnership University NHS Foundation Trust
Thurrock Commuity Hospital, Long Lane, Grays, RM16 2PX, United Kingdom
Tel. +44 1375364535, Fax. +44 1375364468, Email: sally.pooley@sept.nhs.uk, URL: www.sept.nhs.uk/
Contact: Contracts Department, Attn: Sally Pooley Contracts Administrator
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Health
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Management Consultancy Services for the NHS
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 11
Region Codes: UKH3 - Essex
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in months: 48
II.1.5)Short description of the contract or purchase:
Project management consultancy services. Providers will be engaged and expected to contribute effectively to the work of SEPTs Strategy and Business Development Directorate ; the function of which includes long term strategic planning, compliance and assurance, delivery of whole organisation change management programmes (including CQUIN), merger and acquisition and a range of business development activities to ensure organisational stability and future sustainability.
Individuals will provide project management expertise to lead on defined task/finish pieces of work with an emphasis on leading a range of clinical and non clinical service improvement initiatives linked to contracts, performance and service needs. Leadership qualities are essential as the provider will be working within clinical and operational teams to achieve challenging goals across the organisation and lead programmes linked to standardisation, reduced variation, productivity and efficiency. There will be the requirement for providers to undertake multiple projects simultaneously, utilising SEPTs programme management/LEAN business engineering approach
II.1.6)Common Procurement Vocabulary:
72224000 - Project management consultancy services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
Information and formalities necessary for evaluating if requirements are met:
Requirements will be included in the pre quailification questionnaire which will be sent to organisations expressing an interest.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Requirements will be included in the pre quailification questionnaire which will be sent to organisations expressing an interest.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 6 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
Requirements will be inccuded in the pre quailification questionnaire which will be sent to organisations expressing an interest.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: MC/19 -13
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 01/02/2013
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 04/02/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 08/03/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=48425296
GO-201313-PRO-4492513 TKR-201313-PRO-4492512
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 03/01/2013
ANNEX A
View any Notice Addenda
Section I: Contracting Authority
Title: UK-Grays: Project management consultancy services.
I.1)Name, Addresses And Contact Point(s)
South Essex Partnership University NHS Foundation Trust
Thurrock Commuity Hospital, Long Lane, Grays, RM16 2PX, United Kingdom
Tel. +44 1375364535, Fax. +44 1375364468, Email: sally.pooley@sept.nhs.uk, URL: www.sept.nhs.uk/
Contact: Contracts Department, Attn: Sally Pooley Contracts Administrator
I.2)Type Of Purchasing Body
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Management Consultancy Services for the NHS
II.1.2)Short description of the contract or purchase:
Project management consultancy services. Providers will be engaged and expected to contribute effectively to the work of SEPTs Strategy and Business Development Directorate ; the function of which includes long term strategic planning, compliance and assurance, delivery of whole organisation change management programmes (including CQUIN), merger and acquisition and a range of business development activities to ensure organisational stability and future sustainability.
Individuals will provide project management expertise to lead on defined task/finish pieces of work with an emphasis on leading a range of clinical and non clinical service improvement initiatives linked to contracts, performance and service needs. Leadership qualities are essential as the provider will be working within clinical and operational teams to achieve challenging goals across the organisation and lead programmes linked to standardisation, reduced variation, productivity and efficiency. There will be the requirement for providers to undertake multiple projects simultaneously, utilising SEPTs programme management/LEAN business engineering approach
II.1.3)Common procurement vocabulary:
72224000 - Project management consultancy services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: MC/19 -13
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2013 - 096955
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 03/01/2013
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
Additional Information
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
Place of text to be modified: III.2.1
Instead of: Personal situation of economic operators, including requirements relating to enrolement on professional or trade registers
Read: This section now applies
Place of text to be modified: III.2.2
Instead of: Economic and financial ability
Read: (b) and (c) now apply
Place of text to be modified: III .2.3
Instead of: Technical capacity
Read: (a), (b), (d) and (f) now apply
Place of text to be modified: IV 1.2
Instead of: envisaged minium number 6: and maximum number 8
Read: envisaged minimum number 15
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
Not Provided
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=48594832
GO-2013129-PRO-4550497 TKR-2013129-PRO-4550496
VI.5)Date of dispatch: 29/01/2013