Care Quality Commission is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Inspection Analysis Services |
Notice type: | Contract Notice |
Authority: | Care Quality Commission |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Care Quality Commission (CQC) is the independent regulator of health and social care in England. We make sure that health and social care services provide people with safe, effective, compassionate, and high-quality care and we encourage services to improve. We do this by monitoring, inspecting and regulating services to make sure they meet fundamental standards of quality and safety and we publish what we find, including performance ratings to help people choose care. CQC's inspection programme makes use of evidence and data from a wide range of sources, including what stakeholders and people using services tell us about it, objective measures of performance and what we find on inspection. This evidence informs our overall judgments and ratings of services. The CQC are seeking to award a contract for the provision of inspection analysis services to support inspections of independent service providers of acute, mental health, community and substance misuse services in England, and for flexible analytical support services to provide analytical support for inspections of NHS Trusts. |
Published: | 28/04/2015 18:02 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Care Quality Commission
Finsbury Tower, 103 to 105 Bunhill Row, London, EC1Y 8TG, United Kingdom
Tel. +44 01912333589, Email: procurement@cqc.org.uk, URL: http://www.cqc.org.uk/
Contact: Commercial Team, Attn: Commercial Team
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: www.delta-esourcing.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
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: Inspection Analysis Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
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:
Analysis services. Technical analysis or consultancy services. Business analysis consultancy services. Data analysis services. The Care Quality Commission (CQC) is the independent regulator of health and social care in England. We make sure that health and social care services provide people with safe, effective, compassionate, and high-quality care and we encourage services to improve.
We do this by monitoring, inspecting and regulating services to make sure they meet fundamental standards of quality and safety and we publish what we find, including performance ratings to help people choose care. CQC's inspection programme makes use of evidence and data from a wide range of sources, including what stakeholders and people using services tell us about it, objective measures of performance and what we find on inspection. This evidence informs our overall judgments and ratings of services.
The CQC are seeking to award a contract for the provision of inspection analysis services to support inspections of independent service providers of acute, mental health, community and substance misuse services in England, and for flexible analytical support services to provide analytical support for inspections of NHS Trusts.
II.1.6)Common Procurement Vocabulary:
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
72221000 - Business analysis consultancy services.
72316000 - Data analysis 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:
CQC are seeking to award a contract for the provision of inspection analysis support to inspections of independent service providers of acute, mental health, community and substance misuse services in England, and for flexible analytical support services to provide analytical support for inspections of NHS Trusts. CQC are looking to award a 2 year contract covering the provision of all services required.
Estimated value excluding VAT:
Range between: 1,300,000 and 1,600,000
Currency: GBP
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
Duration in months: 24 (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:
As set out in the Invitation to Tender Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the Invitation to Tender Documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Bids from consortia or other groupings of contractors will be considered. Such consortia or groupings must nominate a lead member who will deal with CQC on all matters relating to this procurement exercise.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As set out in the Invitation to Tender Documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Participants are required to follow the tendering protocols as set out in the Invitation to Tender Documents. These can be accessed through the CQC eSourcing Portal at http://www.delta-esourcing.com. Responses to the Tender must be received by the date and time set out at IV.3.4. The full evaluation weightings and methodology are set out in the Invitation to Tender Document. The Participant is required to download the Invitation to Tender Documents and all other documentation supplied by the Authority from the following website http://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) 424U64P95N at the bottom of the registration page, thereafter you will be issued with a username and password.
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 Invitation to Tender available from http://www.delta-esourcing.com
Minimum Level(s) of standards possibly required:
Any minimum standards will be set out in the Invitation to Tender available from http://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 Invitation to Tender available from http://www.delta-esourcing.com
Minimum Level(s) of standards possibly required:
Any minimum standards will be set out in the Invitation to Tender available from http://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: 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: Open
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 PSO 012
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2015/S 34 - 58135 of 18/02/2015
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 25/05/2015
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 25/05/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 90
IV.3.8)Conditions for opening tenders
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: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Analysis-services./424U64P95N
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/424U64P95N
GO-2015428-PRO-6556298 TKR-2015428-PRO-6556297
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: 28/04/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Care Quality Commission
Finsbury Tower, 103 to 105 Bunhill Row, London, EC1Y 8TG, United Kingdom
Tel. +44 01912333589, Email: commercialcontracts@cqc.org.uk
Contact: Commercial Team
Main Address: http://www.cqc.org.uk/
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Inspection Analysis Services
Reference number: Not Provided
II.1.2) Main CPV code:
71620000 - Analysis services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Care Quality Commission (CQC) is the independent regulator of health and social care in England. We make sure that health and social care services provide people with safe, effective, compassionate, and high-quality care and we encourage services to improve. We do this by monitoring, inspecting and regulating services to make sure they meet fundamental standards of quality and safety and we publish what we find, including performance ratings to help people choose care. he CQC are seeking to award a contract for the provision of inspection analysis services to support inspections of independent service providers of acute, mental health, community and substance misuse services in England, and for flexible analytical support services to provide analytical support for inspections of NHS Trusts.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,431,063
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71620000 - Analysis services.
71621000 - Technical analysis or consultancy services.
72221000 - Business analysis consultancy services.
72316000 - Data analysis services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: CQC’s new approach to inspecting and rating providers of health and social care in England makes use of a wide range of intelligence to target areas for investigation during inspection and as an evidence base on which to arrive at judgements about the quality of services. The Providers Analytics – Hospitals (PAH) function is responsible for ensuring that each inspection of an acute, mental health, community health, substance misuse, or ambulatory care provider is afforded the available intelligence prior to the on-site inspection days and analytical support before, during, and after those inspection days. This responsibility exists both for providers of NHS and independent care.
II.2.5) Award criteria:
Quality criterion - Name: The Tenderer’s response shows that it: / Weighting: 20
Quality criterion - Name: The Tenderer’s response shows that it / Weighting: 50
Quality criterion - Name: The Tenderer’s knowledge transfer arrangements and exit strategy is credible and can achieve the required outputs / Weighting: 20
Quality criterion - Name: The Tenderer response does not impose additional material and adverse risk, responsibility or cost onto the Authority. / Weighting: 10
Criterion 1 - Weighting: 10
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2015/S 34-58135
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: CQC PSO 012
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/08/2015
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Methods Analytics
16 St Martins, Le Grand Sty Pauls, London, EC1A 4EN, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1,316,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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/viewNotice.html?noticeId=197989343
VI.4) Procedures for review
VI.4.1) Review body
Care Quality Commission
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/04/2016