SLAM Procurement is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Value Based Healthcare and Quality Improvement (VBH&QI) Partner Procurement |
Notice type: | Contract Notice |
Authority: | SLAM Procurement |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | South London and Maudsley NHS Foundation Trust (SLaM), a leading mental health trust in the UK, is seeking to procure a partner with expertise in Value Based Healthcare, to help support and implement a sustainable programme of quality improvement across the whole organisation. The partnership is expected to be in place for at least three years, with the support focused on assisting SLaM to deliver the work packages outlined |
Published: | 27/10/2015 17:22 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
South London and Maudsley NHS Foundation Trust
Bethlem Royal Hospital, Monks Orchard Road, Beckenham, BR3 3BX, United Kingdom
Tel. +44 7866389956, Email: r.dolby1@nhs.net, URL: http://www.slam.nhs.uk, URL: http://www.slam.nhs.uk
Contact: Richard Dolby, Attn: Richard Dolby
Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-Beckenham: Business and management consultancy and related services./8K2SV5H638
Electronic Submission URL: https://www.delta-esourcing.com/respond/8K2SV5H638
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: Value Based Healthcare and Quality Improvement (VBH&QI) Partner Procurement
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 11
Region Codes: UKI - LONDON
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:
Business and management consultancy and related services. Business and management consultancy services. General management consultancy services. South London and Maudsley NHS Foundation Trust (SLaM), a leading mental health trust in the UK, is seeking to procure a partner with expertise in Value Based Healthcare, to help support and implement a sustainable programme of quality improvement across the whole organisation. The partnership is expected to be in place for at least three years, with the support focused on assisting SLaM to deliver the work packages outlined
II.1.6)Common Procurement Vocabulary:
79400000 - Business and management consultancy and related services.
79410000 - Business and management consultancy services.
79411000 - General management consultancy 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: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
South London and Maudsley NHS Foundation Trust (SLaM), a leading mental health trust in the UK, is seeking to procure a partner with expertise in Value Based Healthcare, to help support and implement a sustainable programme of quality improvement across the whole organisation. The partnership is expected to be in place for at least three years, with the support focused on assisting SLaM to deliver the following five work packages:
1.Setting the Targets
Agree the organisation wide vision for Value Based Healthcare with the executive team. Data driven diagnostics to identify training needs and quick win project opportunities to identify health improvement initiatives which will deliver the most value.
2.Organisational Change, Training and Development
Staff Engagement by rolling out an effective change management process to win the hearts and minds of staff and instil a culture of team work. Staff Training & Development Training and leadership Program for SLaM staff to enable them to deliver Value Based Healthcare
3.Innovation, Thought Leadership, and Continuous Improvement
Ongoing continuous improvement to inspire SLaM about new models and ideas
4.Data Driven Intelligence for Decision Making and Performance Monitoring of Outcomes
Support the SLaM Project Office to Monitor Project Delivery Performance and Measure Outcomes of the Health Improvement Projects. Feedback results for continuous improvement.
5.Expert Value Based Healthcare Project Selection, Execution and Review Support – Supporting SLaM in selecting, scoping and designing the most effective Health Improvements Project initiatives. Buddying SLaM led Health Improvement teams to implement agreed Health Improvement Projects to achieve target outcomes and return on investment.
SLaM expect the partner to evidence proven tools, methodologies and experience, both to support developing staff in Value Based Healthcare, implement organisation wide Value Based Healthcare change management and provide expert buddying support SLaM to implement and monitor the success of Value Based Healthcare initiatives.
SLaM is also investing in an internal new quality improvement team comprising eight dedicated staff, to be the mission control of the Value Based Healthcare programme which will be the hub of the programme, working closely with the selected partner.
SLaM expect the partner to work with SLaM for the 3 years to develop a strategy to deliver a sustainable programme of work that can be taken forward by SLaM alone after year 3. SLaM intend to procure the partner via a restricted streamlined competitive dialogue process. SLaM has opted to select a competitive dialogue process to provide the flexibility to refine their requirements to reflect industry best practice and also to establish an organisations partnering capabilities. The partnership arrangement is anticipated to commence in March 2016.
SLaM invite interested organisations to submit a response to the Pre -qualification Questionnaire (PQQ) , by accessing the relevant documents in response to this opportunity can do so by accessing the Delta procurement portal on ref https://www.delta-esourcing.com/tenders/UK-Beckenham: Business and management consultancy and related services./8K2SV5H638. SLaM intend to select up to four organisations to enter into a streamlined competitive dialogue process to discuss initial and final proposals to their requirements. PQQ responses are due in via the Delta procurement portal by 17 on Thursday 26th November 2015. Bidders are reminded to allow sufficient time to upload their documents on the portal to meet the submission deadline
Estimated value excluding VAT:
Range between: 900,000 and 1,200,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: Range between: 1 to 3
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)
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:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
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:
As per PQQ documentation.
Minimum Level(s) of standards possibly required:
As per PQQ documentation.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As per PQQ documentation.
Minimum Level(s) of standards possibly required:
As per PQQ documentation.
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: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 4
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: No
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: Yes
Prior information notice
Notice number in OJEU: 2015/S 177 - 321389 of 10/09/2015
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 26/11/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 26/11/2015
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 07/12/2015
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Beckenham:-Business-and-management-consultancy-and-related-services./8K2SV5H638
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8K2SV5H638
GO-20151027-PRO-7247515 TKR-20151027-PRO-7247514
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: 27/10/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Beckenham: Business and management consultancy and related services.
I.1)Name, Addresses and Contact Point(s):
South London and Maudsley NHS Foundation Trust
Bethlem Royal Hospital, Monks Orchard Road, Beckenham, BR3 3BX, United Kingdom
Email: Tom.Medhurst@slam.nhs.uk, URL: http://www.slam.nhs.uk, URL: http://www.slam.nhs.uk
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Value Based Healthcare and Quality Improvement (VBH&QI) Partner Procurement
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 11
Region Codes: UKI - LONDON
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Business and management consultancy and related services. Business and management consultancy services. General management consultancy services. South London and Maudsley NHS Foundation Trust (SLaM), a leading mental health trust in the UK, is seeking to procure a partner with expertise in Value Based Healthcare, to help support and implement a sustainable programme of quality improvement across the whole organisation. The partnership is expected to be in place for at least three years, with the support focused on assisting SLaM to deliver the work packages outlined
II.1.5)Common procurement vocabulary:
79400000 - Business and management consultancy and related services.
79410000 - Business and management consultancy services.
79411000 - General management consultancy services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 1,065,000
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Competitive Dialogue
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Partnering Capability and Capacity assessment - 30
Proposals assessment - 35
Value for Money Assessment - 35
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: Yes
Prior information notice
Notice number in OJ: 2015/S 177 - 321389 of 10/09/2015
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 20/01/2016
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 2
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Institute of Healthcare Improvement
Postal address: 20 University Road, Cambridge, MA
Town: Boston
Postal code: 02138
Country: United States
Email: info@ihi.org
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 1,200,000
Currency: GBP
Total final value of the contract
Value: 1,065,000
Currency: GBP
If annual or monthly value:
Number of years: 3
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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 view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=195311108
GO-2016316-PRO-7928611 TKR-2016316-PRO-7928610
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 16/03/2016