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

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

Notice Summary
Title: Elis Group Transformation Change Framework
Notice type: Contract Notice
Authority: North and East London Commissioning Support Unit
Nature of contract: Services
Procedure: Restricted
Short Description: NHS Commissioning Support Units (CSUs) provide a wide variety of services to NHS and Local Authority commissioners and NHS and non-NHS providers of health care. A wide variety of services are offered, including (but not limited to) strategy, contracting, analytics, finance and communications. CSUs are hosted by NHS England and seek to improve outcomes, increase satisfaction and guarantee value for money from health services. A group of six CSUs known collectively as the ‘Elis Group’ is planning to establish an OJEU compliant framework agreement through which they will be able to access a range of supporting expertise and capacity from the commercial and voluntary sector. North and East London Commissioning Support Unit is leading on the commissioning of this framework – referred to as the Elis Group Framework Agreement for the purpose of this PQQ. Membership of the Elis Group is as follows: • NHS North & East London CSU • NHS Staffordshire & Lancashire CSU • NHS North of England CSU • NHS South West CSU • NHS Cheshire& Merseyside CSU • NHS South CSU Please note that, while Elis Group CSUs will undertake procurement via the framework, NHS England is the authority. The Elis Group works with over 90 CCGs and provides services to a wide range of NHS and non-NHS clients nationwide. Ultimately, the Group services over 24 million people in the UK, or 44% of the population. On 3 March 2014 NHS England will invite providers in the market to bid for a place on the national Lead Provider Framework (LPF). The LPF will enable Clinical Commissioning Groups (CCGs) and other customers to purchase commissioning support efficiently and will introduce quality criteria and minimum standards to the market. The Elis Group Framework Agreement will help to ensure that the Group are always able to provide the best possible skill match to customers. In addition, the framework will enable Elis Group CSUs to procure, on a flexible basis, high-level specialist knowledge which can be speedily deployed to meet demand; a far more efficient and dynamic approach than utilisation of permanent payroll resources. The Framework has been designed to enable Elis Group CSUs to rapidly access additional capability and capacity from a range of trusted partners, in order to provide effective and quality commissioning support to CCGs. The framework will complement Consultancy One, and the Elis Group will utilise both frameworks to ensure that the best possible skill match is always provided. The average Elis Group Framework Agreement call off value is expected to be below £500k, with many procurements having a value below £200k, and we are keen to encourage small and medium-sized organisations to apply. We are looking for providers who can work with us to offer flexible, best value, innovative and responsive services to our customers in the following areas: • Care Pathway Optimisation & Expert Knowledge • Patient & Public Engagement • Organisational Development & System Development The Group is also considering the potential to engage a managing agent or prime contractor to support delivery of consultancy type support from smaller, ‘niche’ consultants and third sector providers to deliver a range of highly specialist services. The intention is that the managing agent would provide limited or no services themselves, but would source and manage suppliers to deliver a specific project/objective which would be ‘called off’ the main contract periodically during the term of the agreement. The managing agent would provide efficient project and cost management but would contract with specialist niche and third sector providers to deliver the desired outcomes/outputs. Expected managing agent market segments will include: • Health sector specific related charities (e.g. Stroke Association, British Heart Foundation, MIND) • Charities not directly related to a specific health sector (e.g. Age Concern, Save the Children) • Specialist / niche consultancy organisations such as those with special interest / knowledge (e.g. Mental He
Published: 23/01/2014 17:25

View Full Notice

UK-London: Project management consultancy services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      NHS North and East London Commissioning Support Unit
      Fifth Floor, Stephenson House, 75 Hampstead Road,, London, NW1 2PL, United Kingdom
      Tel. +44 2036882018, Email: Julia.Zhang@nelcsu.nhs.uk, URL: http://www.nelondoncsu.nhs.uk/about-us
      Contact: Julia Zhang
      Electronic Access URL: https://www.supplying2nhs.com
      Electronic Submission URL: https://www.supplying2nhs.com

      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
      Other: Commissioning Support Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Elis Group Transformation Change Framework
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 11
         
      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
            maximum number of participants to the framework agreement envisaged:
         Duration of the framework agreement:
            Duration in year(s): 4             
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 80,000,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Project management consultancy services. Business analysis consultancy services. Business and management consultancy services. General management consultancy services. Financial management consultancy services. Management-related services. Project-management services other than for construction work. Business organisation services. NHS Commissioning Support Units (CSUs) provide a wide variety of services to NHS and Local Authority commissioners and NHS and non-NHS providers of health care. A wide variety of services are offered, including (but not limited to) strategy, contracting, analytics, finance and communications. CSUs are hosted by NHS England and seek to improve outcomes, increase satisfaction and guarantee value for money from health services.

A group of six CSUs known collectively as the ‘Elis Group’ is planning to establish an OJEU compliant framework agreement through which they will be able to access a range of supporting expertise and capacity from the commercial and voluntary sector. North and East London Commissioning Support Unit is leading on the commissioning of this framework – referred to as the Elis Group Framework Agreement for the purpose of this PQQ. Membership of the Elis Group is as follows:

•   NHS North & East London CSU
•   NHS Staffordshire & Lancashire CSU
•   NHS North of England CSU
•   NHS South West CSU
•   NHS Cheshire& Merseyside CSU
•   NHS South CSU

Please note that, while Elis Group CSUs will undertake procurement via the framework, NHS England is the authority.

The Elis Group works with over 90 CCGs and provides services to a wide range of NHS and non-NHS clients nationwide. Ultimately, the Group services over 24 million people in the UK, or 44% of the population.

On 3 March 2014 NHS England will invite providers in the market to bid for a place on the national Lead Provider Framework (LPF). The LPF will enable Clinical Commissioning Groups (CCGs) and other customers to purchase commissioning support efficiently and will introduce quality criteria and minimum standards to the market.

The Elis Group Framework Agreement will help to ensure that the Group are always able to provide the best possible skill match to customers. In addition, the framework will enable Elis Group CSUs to procure, on a flexible basis, high-level specialist knowledge which can be speedily deployed to meet demand; a far more efficient and dynamic approach than utilisation of permanent payroll resources.

The Framework has been designed to enable Elis Group CSUs to rapidly access additional capability and capacity from a range of trusted partners, in order to provide effective and quality commissioning support to CCGs. The framework will complement Consultancy One, and the Elis Group will utilise both frameworks to ensure that the best possible skill match is always provided.

The average Elis Group Framework Agreement call off value is expected to be below £500k, with many procurements having a value below £200k, and we are keen to encourage small and medium-sized organisations to apply. We are looking for providers who can work with us to offer flexible, best value, innovative and responsive services to our customers in the following areas:

•   Care Pathway Optimisation & Expert Knowledge
•   Patient & Public Engagement
•   Organisational Development & System Development

The Group is also considering the potential to engage a managing agent or prime contractor to support delivery of consultancy type support from smaller, ‘niche’ consultants and third sector providers to deliver a range of highly specialist services. The intention is that the managing agent would provide limited or no services themselves, but would source and manage suppliers to deliver a specific project/objective which would be ‘called off’ the main contract periodically during the term of the agreement. The managing agent would provide efficient project and cost management but would contract with specialist niche and third sector providers to deliver the desired outcomes/outputs.

Expected managing agent market segments will include:

•   Health sector specific related charities (e.g. Stroke Association, British Heart Foundation, MIND)
•   Charities not directly related to a specific health sector (e.g. Age Concern, Save the Children)
•   Specialist / niche consultancy organisations such as those with special interest / knowledge (e.g. Mental Health Consultants, Urgent Care Consultants, Demand Management Consultants, Research and Evaluation Consultants)



Interested organisations should express their interest by registering on Pro-contract:
https://www.supplying2nhs.com

Tender documents including specification will be available to bidders once they register and express interest on ProContract. Expressions of interests will be completed on submission of the Tender.

Submission of the tenders will be via the Pro-Contract E-procurement site. Suppliers must register, login, complete the documentation electronically and submit them via the Pro-contract system.

Please note that any communication from NHS North and East London Commissioning Support regarding this tender will be via Pro-contract discussion board.
         
      II.1.6)Common Procurement Vocabulary:
         72224000 - Project management consultancy services.
         
         72221000 - Business analysis consultancy services.
         
         79410000 - Business and management consultancy services.
         
         79411000 - General management consultancy services.
         
         79412000 - Financial management consultancy services.
         
         79420000 - Management-related services.
         
         79421000 - Project-management services other than for construction work.
         
         79996000 - Business organisation 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: Yes          
         If yes, tenders should be submitted for: One or more lots

      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         
         Estimated value excluding VAT: 80,000,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
            
      Lot No: 1

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         72224000 - Project management consultancy services.
                  72221000 - Business analysis consultancy services.
                  79410000 - Business and management consultancy services.
                  79411000 - General management consultancy services.
                  79412000 - Financial management consultancy services.
                  79421000 - Project-management services other than for construction work.
                  79996000 - Business organisation services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         72224000 - Project management consultancy services.
                  72221000 - Business analysis consultancy services.
                  79410000 - Business and management consultancy services.
                  79411000 - General management consultancy services.
                  79412000 - Financial management consultancy services.
                  79421000 - Project-management services other than for construction work.
                  79996000 - Business organisation services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         72224000 - Project management consultancy services.
                  72221000 - Business analysis consultancy services.
                  79410000 - Business and management consultancy services.
                  79411000 - General management consultancy services.
                  79412000 - Financial management consultancy services.
                  79421000 - Project-management services other than for construction work.
                  79996000 - Business organisation services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 4

      1)Short Description: Not Provided


      2)Common Procurement Vocabulary:
         72224000 - Project management consultancy services.
                  72221000 - Business analysis consultancy services.
                  79410000 - Business and management consultancy services.
                  79411000 - General management consultancy services.
                  79412000 - Financial management consultancy services.
                  79421000 - Project-management services other than for construction work.
                  79996000 - Business organisation services.
         
      3)Quantity Or Scope: Not Provided
               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      If it is considered appropriate by the authority, an indemnity, guarantee, bond or other form of appropriate security may be required.”
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As contained within the tender documents
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Authority reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes
      
      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:

      In accordance with Articles 45 and 46 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire available from the address in section I.1      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire available from the address specified in Section I.1.”         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         In accordance with Article 48 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006, as set out in the Pre-Qualification Questionnaire.”         
         Minimum Level(s) of standards possibly required:
         As set out in the Pre-Qualification Questionnaire      
      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: 1 and maximum number: 20   
   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: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 24/02/2014
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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.

Interested organisations should express their interest by registering on Pro-contract:
https://www.supplying2nhs.com

Tender documents including specification will be available to bidders once they register and express interest on ProContract. Expressions of interests will be completed on submission of the Tender.

Submission of the tenders will be via the Pro-Contract E-procurement site. Suppliers must register, login, complete the documentation electronically and submit them via the Pro-contract system.

Please note that any communication from North and East London Commissioning Support regarding this tender will be via Pro-contract discussion board.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=83652537
GO-2014123-PRO-5410617 TKR-2014123-PRO-5410616
   
   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: 23/01/2014

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
      NHS Cheshire & Merseyside Commissioning Support Unit
      1829 Building, Countess of Chester Health Park, Liverpool Road, Chester, CH2 1HJ, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      NHS North of England Commissioning Support Unit
      John Snow House, Durham, DH1 3YG, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      NHS South Commissioning Support Unit
      Omega House, 112 Southampton Road, Eastleigh, SO50 5PB, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         4: Contracting Authority
      NHS Staffordshire & Lancashire Commissioning Support Unit
      Jubilee House, Lancashire Business Park, Leyland, PR26 6TR, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         5: Contracting Authority
      NHS South West Commissioning Support Unit
      South Plaza, Marlborough Street, Bristol, BS1 3NX, United Kingdom

View any Notice Addenda

View Award Notice