Care Quality Commission is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | National Patient Experience Survey Programme |
Notice type: | Contract Notice |
Authority: | Care Quality Commission |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | CQC require a National Patient Experience Survey programme that collects analyses and uses a range of intelligence that informs CQC about people’s experiences of care. There are two contracts associated with the survey programme:•Coordination centre who’s role is to design, develop and test the survey materials with relevant input from the CQC surveys team where necessary with final sign off for all materials and plans given by the CQC surveys team.•The approved contractor framework is intended to provide NHS trusts with some assurance on the financial stability, experience and expertise of survey contractors. The approved contractors are employed directly by NHS trusts participating in the national surveys. |
Published: | 04/03/2015 17:03 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Care Quality Commission
Finsbury Tower, 103 -105 Bunhill Row, London, EC1Y 8TG, United Kingdom
Tel. +44 1912333580, Email: vicky.waddle@cqc.org.uk, URL: Citygate,Newcastle Upon Tyne, NE1 4PA
Contact: Vicky Waddle
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: National Patient Experience Survey Programme
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
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:
Market research services. Survey services. Market and economic research; polling and statistics. Survey design services. Survey conduction services. Telephone survey services. Survey analysis services. Social research services. Public-opinion polling services. CQC require a National Patient Experience Survey programme that collects analyses and uses a range of intelligence that informs CQC about people’s experiences of care. There are two contracts associated with the survey programme:•Coordination centre who’s role is to design, develop and test the survey materials with relevant input from the CQC surveys team where necessary with final sign off for all materials and plans given by the CQC surveys team.•The approved contractor framework is intended to provide NHS trusts with some assurance on the financial stability, experience and expertise of survey contractors. The approved contractors are employed directly by NHS trusts participating in the national surveys.
II.1.6)Common Procurement Vocabulary:
79310000 - Market research services.
79311000 - Survey services.
79300000 - Market and economic research; polling and statistics.
79311100 - Survey design services.
79311200 - Survey conduction services.
79311210 - Telephone survey services.
79311300 - Survey analysis services.
79315000 - Social research services.
79320000 - Public-opinion polling 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: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
CQC collects analyses and uses a range of intelligence that can inform us about people’s experiences of care. Part of that information comes from named individuals who have recently used specific NHS services as part of a National Patient Experience Survey Programme delivered by CQC. The programme is designed to capture the views of representative samples of patients in a systematic way from all eligible NHS trusts in England. Each survey contains a set of questions that is designed and tested to provide insight into people’s experiences and to highlight areas where individual providers could improve how they provide services.The programme currently includes annual surveys of adult inpatients and community mental health services. CQC is currently undertaking a children and young persons’ inpatient and day case survey which it also expects, subject to evaluation, to undertake on an annual basis. CQC also undertakes three surveys on rotation: maternity services, outpatients, and accident and emergency. Information on all of these surveys is available on the two websites stated below.Typically, the surveys are sent to a sample of 850 patients, who meet specific eligibility criteria, per provider. The sample is drawn from people who have experienced care in a specified month, or months, and on average between 30% and 50% of eligible patients respond.The results of these surveys, including local and national reports, are published on CQC’s own website and NHS Surveys along with the guidance and tools used to deliver the survey.Use, or are employed by providers of, adult social care services that we are about to inspect. This information is gathered using a set of questionnaires that are tailored to residential, community/shared lives and hospice care settings. In each case, separate questionnaires are sent to those people who are using these services, their friends, carers and relatives and the staff that provide those services.Currently, CQC inspects approximately 2-3,000 (different each quarter) providers of care per quarter and seeks feedback from approximately 27,000 individuals across domiciliary care, hospice and shared lives organisations. This is undertaken using questionnaires developed and distributed by CQC prior to each inspection and collated by a contractor working directly with CQC. Results are currently analysed by CQC and used to inform our inspection teams about people’s experiences of receiving and providing care.
Estimated value excluding VAT:
Range between: 1,800,000 and 2,300,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 03/08/2015
Completion: 02/08/2017
Information About Lots
Lot No: 1
Title: Co-ordination Centre
1)Short Description:
CQC is seeking to procure the services of a Co-ordination Centre to act as a partner in developing, improving and delivering the National Patient Experience Survey Programme and other approaches to gain feedback from those who use services not covered by the programme.CQC expects, based on the existing National Patient Experience Survey Programme, to procure at least £1.8m - £2.3m of services through the contract awarded to the successful bidder. However, CQC may procure additional services through that contract to accommodate enhancements to the programme either in volume, frequency or coverage of the surveys. This will include, but is not limited to, any recommendations that come out of the review currently being undertaken by CQC, NHS England and the Department of Health of the national survey programme across health and social care. In the light of these potential additional services will utilise the maximum benefit from the contract.
2)Common Procurement Vocabulary:
79300000 - Market and economic research; polling and statistics.
79310000 - Market research services.
79311000 - Survey services.
79311100 - Survey design services.
79311200 - Survey conduction services.
79311210 - Telephone survey services.
79311300 - Survey analysis services.
79315000 - Social research services.
79320000 - Public-opinion polling services.
3)Quantity Or Scope: Not Provided
Value range between: 1,800,000 and 2,300,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 03/08/2015
Completion of works: 02/08/2017
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Approved Survey Contractors
1)Short Description:
CQC is seeking to procure the services of approved contractors to undertake the sampling, data collection, analysis and local reporting of surveys and other feedback methods to capture people’s experiences of receiving or providing care.NHS organisations, CQC’s Co-ordination Centre, and CQC will use this framework to procure services.
2)Common Procurement Vocabulary:
79300000 - Market and economic research; polling and statistics.
3)Quantity Or Scope:
CQC collects analyses and uses a range of intelligence that can inform us about people’s experiences of care. Part of that information comes from named individuals who have recently used specific NHS services as part of a National Patient Experience Survey Programme delivered by CQC. The programme is designed to capture the views of representative samples of patients in a systematic way from all eligible NHS trusts in England. Each survey contains a set of questions that is designed and tested to provide insight into people’s experiences and to highlight areas where individual providers could improve how they provide services.The programme currently includes annual surveys of adult inpatients and community mental health services. CQC is currently undertaking a children and young persons’ inpatient and day case survey which it also expects, subject to evaluation, to undertake on an annual basis. CQC also undertakes three surveys on rotation: maternity services, outpatients, and accident and emergency. Information on all of these surveys is available on the two websites stated below.Typically, the surveys are sent to a sample of 850 patients, who meet specific eligibility criteria, per provider. The sample is drawn from people who have experienced care in a specified month, or months, and on average between 30% and 50% of eligible patients respond.The results of these surveys, including local and national reports, are published on CQC’s own website and NHS Surveys along with the guidance and tools used to deliver the survey.
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 03/08/2015
Completion of works: 02/08/2017
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:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be set out in the contract documents provided to applicants who are invited to tender
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. In the event of a consortium being successfully appointed to a Framework Agreement, CQC may require that consortium to form a single entity prior to entering into any Framework Agreement or require consortium members to sign the Framework Agreement on the basis of joint and several liability.
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 applicant 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:
Participants must express interest and submit completed Pre-Qualification Questionnaires (PQQ) using the CQC e-Sourcing portal that can be accessed at http://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 (both high level and sub-weightings) for each question within the PQQ document will be set out in the PQQ document.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 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) 6GREB6Q25D 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:
Information and formalities necessary for evaluating if requirements are met: Details are provided in the Pre-Qualification Questionnaire available from http://www.delta-esourcing.com
Minimum Level(s) of standards possibly required:
Any minimum standards will be set out in the PQQ 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:
Information and formalities necessary for evaluating if requirements are met: Details are provided in the Pre-Qualification Questionnaire available from http://www.delta-esourcing.com
Minimum Level(s) of standards possibly required:
Any minimum standards will be set out in the PQQ 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: 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: 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:
Date: 04/03/2015
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: 03/04/2015
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 08/05/2015
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: 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-London:-Market-research-services./6GREB6Q25D
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6GREB6Q25D
GO-201534-PRO-6413418 TKR-201534-PRO-6413417
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Care Quality Commission
103-105 Bunhill Row, N/A, EC1Y 8TG, United Kingdom
Tel. +44 1912333580, Email: vicky.waddle@cqc.org.uk
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: 04/03/2015
ANNEX A