Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Leeds CCG
15F
Suites 2-4 WIRA House
Leeds
LS16 6EB
UK
E-mail: Leedsccg.procurement@nhs.net
NUTS: UKE42
Internet address(es)
Main address: www.leedsccg.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://nhssourcing.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://nhssourcing.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
NHS Leeds Framework Agreement for Health and Care Evaluation Services
Reference number: itt_4938
II.1.2) Main CPV code
79419000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Leeds Clinical Commissioning Group (the ‘Contracting Authority’) is seeking to establish a multi-supplier, multi-lot framework of suitably qualified providers to deliver Health and Care Evaluation (HaCE) services to support the CCG’s in-house HaCE service.
The Health and Care Evaluation (HaCE) service is a team operating across Leeds Clinical Commissioning Group and evaluates services implemented across the health and care system in the city. The service supports commissioners wishing to evaluate a service through either carrying out an evaluation of the service themselves, or finding a partner to evaluate some or all of the service for us. We are currently working on a range of evaluations including of interventions into the urgent care system in Leeds, better conversations — a culture change programme operating across the health and care system in the city and the introduction of a new service for patients with recently diagnosed diabetes.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Specific Evaluation Tasks
II.2.2) Additional CPV code(s)
79419000
II.2.3) Place of performance
NUTS code:
UKE42
II.2.4) Description of the procurement
Part of a larger evaluation. Evaluators will be tasked with the delivery of specific elements of qualitative evaluations. Typically this will include but not be limited to organising and executing interviews and focus groups, and transcribing the data, initial coding, summary analysis before handing the data and analysis to the HaCE Service for inclusion in the report.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by up to a further to years at the discretion of the contracting authority
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 2
II.2.1) Title
Evaluation Work Packages
II.2.2) Additional CPV code(s)
79419000
II.2.3) Place of performance
NUTS code:
UKE42
II.2.4) Description of the procurement
The development and execution of evaluation strategies and delivery of evaluation products for aspects of projects e.g. either a qualitative or economic report. Typically this will include but not be limited to gathering of data, for example organising and running interviews and focus groups and the transcription of the data generated. Economic evaluation work.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
900 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by up to a further 2 years at the discretion of the contracting authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Lot No: 3
II.2.1) Title
Full Evaluation
II.2.2) Additional CPV code(s)
79419000
II.2.3) Place of performance
NUTS code:
UKE42
II.2.4) Description of the procurement
Organising an evaluation from start to end. Including the development and execution of evaluation strategies and delivery of reports and evaluation products for the whole of a project. Typically this would include but not be limited to development of a comprehensive evaluation framework and strategy including the qualitative, quantitative and economic analysis and preparation, drafting and presentation of findings.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
3 600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by up to a further 2 years at the discretion of the contracting authority.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
Yes
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/09/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/09/2019
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
A bidder event will be held on 30.8.2019 where potential Bidders can discover more about the service to be procured, the procurement methodology and guidance on completing the tender documentation.
To book a place at the event please send a request via the messaging facility in the NHS Sourcing Portal giving the names and email addresses of the attendees, spaces are normally limited to 2 representatives per bidder.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
16/08/2019