North and East London Commissioning Support Unit: Elis Group Transformation Change Framework 2.0.

  North and East London Commissioning Support Unit has published this notice through Delta eSourcing

Notice Summary
Title: Elis Group Transformation Change Framework 2.0.
Notice type: Contract Notice
Authority: North and East London Commissioning Support Unit
Nature of contract: Services
Procedure: Open
Short Description: The Elis Transformation Change Framework 2.0 anticipates to provide capabilities to cover requirements from NHS Commissioning Support Units across England and will be split into lots based on homogenous requirements.The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and academic resources as follows: 1.Lot 1 — Research and Expert Clinical Knowledge. 2.Lot 2 — Organisation and System Development. 3.Lot 3 — Business Intelligence, Information Technology & Technical Expertise 4. Lot 4 — Communications and Engagement.
Published: 15/06/2017 23:46

View Full Notice

UK-London: Research and development services and related consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             North and East London Commissioning Support Unit
             Clifton House, 75-77 Worship Street, London, EC2A 2DU, United Kingdom
             Tel. +44 2036881431, Email: nelcsu.elisframework@nhs.net
             Contact: Olisa Okonkwo
             Main Address: www.nelcsu.nhs.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: NEL CSU is leading the procurement on behalf of itself and the Elis Group member NHS Commissioning Support Units (CSUs)       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.supplying2nhs.org
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.supplying2nhs.org to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Elis Group Transformation Change Framework 2.0.       
      Reference Number: NELCSU/ELIS/OO/PRJ 348
      II.1.2) Main CPV Code:
      73000000 - Research and development services and related consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Elis Transformation Change Framework 2.0 anticipates to provide capabilities to cover requirements from NHS Commissioning Support Units across England and will be split into lots based on homogenous requirements.The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and academic resources as follows:

1.Lot 1 — Research and Expert Clinical Knowledge.

2.Lot 2 — Organisation and System Development.

3.Lot 3 — Business Intelligence, Information Technology & Technical Expertise

4. Lot 4 — Communications and Engagement.       
      II.1.5) Estimated total value:
      Value excluding VAT: 40,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Research and Expert Clinical Knowledge       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      73000000 - Research and development services and related consultancy services.
      38970000 - Research, testing and scientific technical simulator.
      73100000 - Research and experimental development services.
      73110000 - Research services.
      73200000 - Research and development consultancy services.
      73210000 - Research consultancy services.
      73300000 - Design and execution of research and development.
      79310000 - Market research services.
      79311400 - Economic research services.
      79315000 - Social research services.
      85100000 - Health services.
      85140000 - Miscellaneous health services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:

Lot 1a -Best Practice Research, Academic Research and Expertise

Lot 1b - Health Economics

Lot 1c - Specialist Knowledge (Healthcare).
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework agreement will be extendable for a further period of up to 24 months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Organisation and System Development       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79996000 - Business organisation services.
      98110000 - Services furnished by business, professional and specialist organisations.
      98111000 - Services furnished by business organisations.
      98112000 - Services furnished by professional organisations.
      98113000 - Services furnished by specialist organisations.
      72212920 - Office automation software development services.
      48440000 - Financial analysis and accounting software package.
      48441000 - Financial analysis software package.
      72212440 - Financial analysis and accounting software development services.
      72212441 - Financial analysis software development services.
      72240000 - Systems analysis and programming services.
      71621000 - Technical analysis or consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:

Lot 2a — Organisational and System Leadership and Development.

Lot 2b — Financial Modelling and Analysis
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework agreement will be extendable for a further period of up to 24 months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Business Intelligence, Information Technology and Technical Expertise       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      48482000 - Business intelligence software package.
      72212482 - Business intelligence software development services.
      71600000 - Technical testing, analysis and consultancy services.
      72221000 - Business analysis consultancy services.
      72240000 - Systems analysis and programming services.
      72316000 - Data analysis services.
      48810000 - Information systems.
      72222000 - Information systems or technology strategic review and planning services.
      72222100 - Information systems or technology strategic review services.
      72222200 - Information systems or technology planning services.
      72222300 - Information technology services.
      72223000 - Information technology requirements review services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:

Lot 3a — Business Intelligence.
Lot 3b — Information Management.
Lot 3c — Application Development and Support
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework agreement will be extendable for a further period of up to 24 months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Communicatgions and Engagement       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      48500000 - Communication and multimedia software package.
      48510000 - Communication software package.
      72212500 - Communication and multimedia software development services.
      72212510 - Communication software development services.
      71354100 - Digital mapping services.
      79416000 - Public relations services.
      79416100 - Public relations management services.
      48326100 - Digital mapping system.
      33195000 - Patient-monitoring system.
      48814200 - Patient-administration system.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:

Lot 4a — Public Patient Engagement

Lot 4b — Creative and Digital Services

Lot 4c — Communication Services
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 10,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: The framework agreement will be extendable for a further period of up to 24 months.
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.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: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.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       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: 2017/S 12 - 17722       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 24/07/2017 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 24/07/2017
         Time: 12:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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. To participate in this competitive tender, kindly register on the Supplying2nhs.org portal (https://www.supplying2nhs.org) and use any or all the following search words/phrase — ELIS TRANSFORMATION CHANGE FRAMEWORK 2.0.

Bidders should note that, in accordance with the UK Government's policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit a Contracting Authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authority.
Further information on transparency can be found at:

http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/ transparency-procurement

The Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. If the Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting authority. The Authority and other contracting authorities utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=263599075
   VI.4) Procedures for review
   VI.4.1) Review body:
             NHS NEL Commissioning Support Unit
       Procurement Department, 1st Floor, Clifton House, 75-77 Worship Street, London, EC2A 2DU, United Kingdom
       Tel. +44 2036881431, Email: nelcsu.elisframework@nhs.net
       Internet address: www.nelcsu.nhs.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          NHS North and East London Commissioning Support Unit
       Clifton House, 75-77 Worship Street, London, EC2A 2DU, United Kingdom
       Tel. +44 2036881431
   VI.5) Date Of Dispatch Of This Notice: 15/06/2017

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       Elis Group of Commissioning Support Units (NHS)
       c/o NHS NEL Commissioning Support Unit, Clifton House, 75-77 Worship Street, London, EC2A 2DU, United Kingdom
       Email: nelcsu.elisframework@nhs.net
       Main Address: www.nelcsu.nhs.uk
       NUTS Code: UK

View any Notice Addenda

View Award Notice