Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Healthcare Improvement Services.

  • First published: 01 April 2015
  • Last modified: 01 April 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
NHS Trust Development Authority
Authority ID:
AA37970
Publication date:
01 April 2015
Deadline date:
27 April 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Department of Health are running this procurement process on behalf of NHS Trust Development Authority (TDA).

The TDA is seeking a long term partner to develop and implement a large scale change programme within a number of target NHS Trusts. The programme will implement the principles of Toyota Production System as developed since its' inception, in the NHS healthcare environment. With patient safety paramount the need to provide any change programme within a clinically safe and effective environment is essential. The programme is expected to not only reduce waste and flow variability but to also improve quality as errors and un-necessary and variance tasks are removed and time/recourses are made available to provide safer, better services.

The programme will:

— Develop and embed lean techniques and processes into the TDA team and selected NHS Trusts;

— Include site leader, team leaders and participant training process;

— Incorporate mentoring and coaching of leaders;

— Be certificated to ensure participants meet the appropriate standard to lead and implement lean programmes to a consistent standard and depth of knowledge; and,

— Build capability for further roll-out across the NHS.

It is envisaged the NHS Trusts will be selected via a two stage application process to participate in the programme. The TDA will commence long listing of participants during the tender process, with a view to validation and shortlisting once the contract is awarded.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NHS Trust Development Authority

9th Floor, Southside, 105 Victoria Street

London

SW1E 6QT

UK

Ian White

+44 2079321972

ian.white7@nhs.net


http://www.ntda.nhs.uk/


Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Healthcare Improvement Services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27

II.1.2)

Main site or location of works, place of delivery or performance

England, United Kingdom.



UK

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The Department of Health are running this procurement process on behalf of NHS Trust Development Authority (TDA).

The TDA is seeking a long term partner to develop and implement a large scale change programme within a number of target NHS Trusts. The programme will implement the principles of Toyota Production System as developed since its' inception, in the NHS healthcare environment. With patient safety paramount the need to provide any change programme within a clinically safe and effective environment is essential. The programme is expected to not only reduce waste and flow variability but to also improve quality as errors and un-necessary and variance tasks are removed and time/recourses are made available to provide safer, better services.

The programme will:

— Develop and embed lean techniques and processes into the TDA team and selected NHS Trusts;

— Include site leader, team leaders and participant training process;

— Incorporate mentoring and coaching of leaders;

— Be certificated to ensure participants meet the appropriate standard to lead and implement lean programmes to a consistent standard and depth of knowledge; and,

— Build capability for further roll-out across the NHS.

It is envisaged the NHS Trusts will be selected via a two stage application process to participate in the programme. The TDA will commence long listing of participants during the tender process, with a view to validation and shortlisting once the contract is awarded.

II.1.6)

Common Procurement Vocabulary (CPV)

80561000
80510000
80511000
80521000
80532000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

It is envisaged that a small number of NHS Trusts will be selected via a two stage application process to participate in the programme. This is currently estimated to be 5 but may vary according to final offers and available budget.

10 000 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

60

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company or other guarantee may be required in certain circumstances.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

See invitation to tender for further details.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

In a group or consortium bid one operator is to act as prime contractor.

III.1.4)

Other particular conditions to which the performance of the contract is subject

See invitation to tender for further details.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Any supplier may be disqualified who has breached regulation 57 of the Public Contract Regulations 2015.

III.2.2)

Economic and financial capacity


Please see invitation to tender for further details.




III.2.3)

Technical capacity


Please see invitation to tender for further details.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

59856

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 27-04-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

4 

IV.3.8)

Conditions for opening tenders



 27-04-2015

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The Department of Health reserves the right to discontinue the tendering process and not to award the contract.

Tenderers should note that, in accordance with the Government's policies on transparency, DH intends to publish the Invitation to Tender (ITT) document, and the text of any Contract awarded, subject to possible redactions at the discretion of DH.

Further information on transparency can be found at: http://www.cabinetoffice.gov.uk/resource-library/guidancetransparency

This procurement exercise will be completed via the DH eTendering portal (BMS) and tenderers wishing to be considered for this contract must submit their response via BMS. The BMS reference number for this exercise is ITT 59856. Tenderers should visit https://www.gov.uk/government/organisations/department-of-health/about/procurement to register and download instructions on how to respond.

If you require assistance, please contact the Supplier Helpdesk on +44 113254 5777 or supplier.helpdesk@dh.gsi.gov.uk

This helpdesk is available 10:00 to 16:00, Monday to Friday excluding Bank Holidays.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


High Court


London


UK




Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Department of Health will incorporate a standstill period at the point information about the actual award of the contract is communicated to tenderers. That notification will provide full information on the award decision.

The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (Chapter 6) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 27-03-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Department of Health

Department of Health Procurement Services (DHPS), Skipton House, 80 London Road

London

SE1 6LH

UK

Kerry Johnson

+44 2079726099

kerry.johnson@dh.gsi.gov.uk

https://www.gov.uk/government/organisations/department-of-health/about/procurement

II)

Address and contact points from which specifications and additional documentation may be obtained



Department of Health

Department of Health Procurement Services (DHPS), Skipton House, 80 London Road

London

SE1 6LH

UK

Kerry Johnson

+44 2079726099

kerry.johnson@dh.gsi.gov.uk

https://www.gov.uk/government/organisations/department-of-health/about/procurement

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Department of Health

Department of Health Procurement Services (DHPS), Skipton House, 80 London Road

London

SE1 6LH

UK

Kerry Johnson

+44 2079726099

kerry.johnson@dh.gsi.gov.uk

https://www.gov.uk/government/organisations/department-of-health/about/procurement

Coding

Commodity categories

ID Title Parent category
80561000 Health training services Health and first-aid training services
80532000 Management training services Vocational training services
80510000 Specialist training services Training services
80511000 Staff training services Specialist training services
80521000 Training programme services Training facilities

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
ian.white7@nhs.net
Admin contact:
kerry.johnson@dh.gsi.gov.uk
Technical contact:
N/a
Other contact:
kerry.johnson@dh.gsi.gov.uk

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.