Care Quality Commission: Experts By Experience Programme

  Care Quality Commission is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Experts By Experience Programme
Notice type: Contract Notice
Authority: Care Quality Commission
Nature of contract: Services
Procedure: Restricted
Short Description: This contract is to find an organisation or organisations to become an Support Organisation to manage and support and recruit Experts by Experience (ExE). ExE are individuals who have personal experience of using or caring for people who use health and or social care services. They work with the Care Quality Commission (CQC) inspectors on inspections of health and social care services and visits to monitor the use of the Mental Health Act. They can also take part in other aspects of CQCs work, such as developing effective methodologies. The duration of the contract is four years with options to extend. The new contract is scheduled to commence on 1st January 2015.
Published: 19/05/2014 17:24
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-N/A: Research services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Care Quality Commission
      103-105 Bunhill Row, N/A, EC1Y 8TG, United Kingdom
      Tel. +44 74489086, Email: Procurement@cqc.org.uk, URL: http://www.cqc.org.uk/
      Attn: Fahrel Faulkner

      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: Experts By Experience Programme
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Research services. This contract is to find an organisation or organisations to become an Support Organisation to manage and support and recruit Experts by Experience (ExE). ExE are individuals who have personal experience of using or caring for people who use health and or social care services. They work with the Care Quality Commission (CQC) inspectors on inspections of health and social care services and visits to monitor the use of the Mental Health Act. They can also take part in other aspects of CQCs work, such as developing effective methodologies.
The duration of the contract is four years with options to extend. The new contract is scheduled to commence on 1st January 2015.
         
      II.1.6)Common Procurement Vocabulary:
         73110000 - Research services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Not Provided   
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      This contract is to find an organisation or organisations to become an "Support Organisation" to manage and support and recruit Experts by Experience (ExE). ExE are individuals who have personal experience of using or caring for people who use health and or social care services. They work with the Care Quality Commission (CQC) inspectors on inspections of health and social care services and visits to monitor the use of the Mental Health Act. They can also take part in other aspects of CQCs work, such as developing effective methodologies.
We are seeking an organisation or organisations to become Support Organisation(s) for the ExE programme. Support organisations can be:

•   One organisation providing all of the service to all of the regions
•   One organisation providing part of the service to all of the regions for that service
•   Two or more organisations (Consortium) providing all of the service all regions
•   Two or more organisations (Consortium) providing part of the service for all of the regions for that service

Organisations will be required to have specialist knowledge of working with people with the following background:

•   Older people and their family carers
•   People in the early stages of dementia and their family carers
•   People who have a learning disability
•   People who have a physical and/or sensory impairment
•   Family carers of people who have severe learning disabilities and/or behaviour that is considered to be challenging
•   People who have experience of using mental health services
•   People who have been detained under the Mental Health Act
•   People who have experience of using substance misuse services
•   People who have experience of using home care services and their family carers
•   Children and young people who use health or care services, who are family carers or their family carers
•   People who have used maternity services
•   People with experience of any combinations of the above.

We would also like to scope how we could work with offenders who are using care services. We do not currently recruit people around specific medical conditions, such as diabetes.

CQC would like to encourage bids from a range of organisations who have specialist knowledge of working with people from the above groups. Support organisations will need to have a proven track record and specialist experience in recruiting, training, involving and effectively supporting people who use services and/or their carers. They should also have a strong focus on equality, diversity and human rights and be able to demonstrate they can work collaboratively and effectively with other organisations locally, regionally or nationally
We would be particularly interested in receiving bids that provide national coverage of the above groups of people, and would therefore be happy for organisations to collaborate with each other and/or put forward consortium or joint bids. CQC will help to facilitate this by compiling a list of organisations who are interested in the work and of becoming part of a consortium or joint bid, and sharing it among those who have expressed an interest in working this way.

Support organisations are responsible for managing ExE on a day-to-day basis. They will be required to:

•   Source a diverse range of ExE that meet the above profiles
•   Interview ExE to ensure they are suitable for the role
•   Carry out VBS checks on all ExE and any support workers they may have
•   Carry out training of ExE both with CQC and separately
•   Provide supporting documentation in appropriate formats to their ExE
•   Allocate appropriate ExE for inspections, Mental Health Act visits and any other work
•   Pay ExE and their support workers for carrying out their work
•   Provide ongoing support to, and performance manage, ExE
•   Carry out ongoing monitoring and provide timely reports to CQC in line with our monthly corporate reporting deadlines
•   Take part in meetings and discussions with the CQC programme management team
•   Take part in programme development activities
•   Work collaboratively with other support organisations engaged in the programme
The duration of the contract is four years with options to extend. The new contract is scheduled to commence on 1st January 2015.                  
         Estimated value excluding VAT:
         Range between: 4,000,000 and 16,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         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:
      See tender documents
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Where a consortium or other grouping of suppliers submits a bid, such consortia or grouping must nominate a lead organisation to deal with CQC on all matters relating to the Contract/Framework Agreement. All consortium members or grouping will be required to be jointly and severally liable in respect to the obligations and liabilities relating to the Contract/Framework Agreement.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      To be set out in the contract documents provided to applicants who are invited to tender.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      CQC as the Contracting Authority will evaluate all responses to the ITT document including as to the eligibility of applicants in line with Regulations 23, 24, 25 and 26 in Part 4 of the Public Contracts Regulations 2006 (as amended) (the Regulations). The Regulations and amendments can be found at: http://www.opsi.gov.uk/si/si2006/20060005.htm and http://www.opsi.gov.uk/si/si2009/pdf/uksi_20092992_en.pdf; Participants must express interest and submit completed Pre-Qualification Questionnaires (PQQ) using the CQC e-Sourcing portal that can be accessed athttps://www.delta-esourcing.com. Responses to the PQQ must be received by the date and time set out at IV.3.4. The criteria, scoring and weighting for each question within the PQQ will be set out in the e-sourcing tool. The Participant is required to download the PQQ documentation and all other documentation issued and information supplied by the Authority relating to the PQQ from the following website https://www.delta-esourcing.com To be able to access these documents the Participant will firstly need to register company details and enter the following Tender Access Code (TAC) 5UQ944K25J at the bottom of the registration page, thereafter you will be issued with a USERNAME and PASSWORD. If the Participant is already registered with Delta previously, please follow the link shown and click on the 'Delta-ets Home' tab, where the Participant will be redirected to the home page and can log on using existing username and password to collect the PQQ Documents. If you are already registered on the delta website you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the Access Code to access the documents. Please contact the Delta helpdesk at helpdesk@delta-ets.com or call 0845 270 7050 for further assistance      
      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:
         Details are provided in the PQQ available from https://www.delta-esourcing.com/         
         Minimum Level(s) of standards possibly required:
         Any minimum standards will be set out in the PQQ available from https://www.delta-esourcing.com/
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Details are provided in the PQQ available from https://www.delta-esourcing.com/         
         Minimum Level(s) of standards possibly required:
         Any minimum standards will be set out in the PQQ available from https://www.delta-esourcing.com/      
      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: No       
      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:
                Not Provided
   
   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: CQC RD 331      
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         Prior information notice
            Notice number in OJEU: 2013/S 117 - 199883 of 19/06/2013
               
         Other previous publications: No                

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

      Date: 19/06/2014
      Time-limit for receipt of requests for documents or for accessing documents: 17:00      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 20/06/2014
         Time: 17:00      
      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: Not Provided         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-N/A:-Research-services./5UQ944K25J

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5UQ944K25J
GO-2014519-PRO-5680207 TKR-2014519-PRO-5680206
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: This procurement is subject to review by the High Court of England and Wales

The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Such information on the award of the contract will include all the information required by Regulation 32 of the Public Contracts Regulations 2006 (as amended) (the "Regulations"). Regulation 47A of the Regulations sets out the duty owed to tenderers. Breach of this duty is actionable in the High Court where, as a consequence of the breach, the tenderer suffers, or risks suffering, loss or damage. Any such action must be brought promptly and in any event within three months.
Regulations 47L and 47J of the Regulations specify the remedies available to tenderers. These differ depending on whether the framework agreement has been entered into or not. Where the framework agreement has been entered into, a declaration of ineffectiveness may, subject to the requirements of Regulation 47 of the Regulations being met, be sought. When considering applying for a declaration of ineffectiveness tenderers should note the time limits set out in Regulation 47E of the Regulations.   
   
      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: 19/05/2014

ANNEX A

View any Notice Addenda

View Award Notice