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

National Framework Agreement for the provision of Job Planning Consultancy and Implementation Services

  • First published: 31 May 2024
  • Last modified: 31 May 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046c79
Published by:
Countess of Chester Hospital NHS Foundation Trust
Authority ID:
AA20287
Publication date:
31 May 2024
Deadline date:
01 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The objective of this framework is to provide NHS Organisations with expert assistance to deliver optimised job planning systems and processes. The expected outcomes of the Services will be:

• An in-depth analysis of the current state of an NHS Organisation’s job planning systems and processes.

• Detailed analysis of actual and forecast demand in respect of required clinical outcomes.

• The creation of model job plans based on actual and forecast demand in respect of required clinical outcomes that are aligned with applicable NHS, Department of Health and Social Care (DHSC) and British Medical Association (BMA) best practice standards.

• Identification of gaps and/or variances between the current and model state, including but not limited to identification of variance(s) between current job plans and patient demand.

• The development of optimised systems and processes for medical job planning.

• Support, to the level specified in a Call Off Contract, to implement new optimised job planning systems and processes.

• Effective knowledge transfer to enable the NHS Organisation to sustain and build on the implemented improvements.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

UK

E-mail: info@coch-cps.co.uk

NUTS: UKD63

Internet address(es)

Main address: https://www.coch.nhs.uk/

I.1) Name and addresses

A full list of eligible users is available at www.nhssourcing.co.uk

UK

UK

E-mail: info@coch-cps.co.uk

NUTS: UK

Internet address(es)

Main address: www.nhssourcing.co.uk

I.2) Joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.nhssourcing.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.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

National Framework Agreement for the provision of Job Planning Consultancy and Implementation Services

Reference number: F/093/JPCS/24/IB

II.1.2) Main CPV code

79400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The objective of this framework is to provide NHS Organisations with expert assistance to deliver optimised job planning systems and processes. The expected outcomes of the Services will be:

• An in-depth analysis of the current state of an NHS Organisation’s job planning systems and processes.

• Detailed analysis of actual and forecast demand in respect of required clinical outcomes.

• The creation of model job plans based on actual and forecast demand in respect of required clinical outcomes that are aligned with applicable NHS, Department of Health and Social Care (DHSC) and British Medical Association (BMA) best practice standards.

• Identification of gaps and/or variances between the current and model state, including but not limited to identification of variance(s) between current job plans and patient demand.

• The development of optimised systems and processes for medical job planning.

• Support, to the level specified in a Call Off Contract, to implement new optimised job planning systems and processes.

• Effective knowledge transfer to enable the NHS Organisation to sustain and build on the implemented improvements.

II.1.5) Estimated total value

Value excluding VAT: 2 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79410000

79411100

79414000

80511000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The objective of this framework is to provide NHS Organisations with expert assistance to deliver optimised job planning systems and processes. The expected outcomes of the Services will be:

• An in-depth analysis of the current state of an NHS Organisation’s job planning systems and processes.

• Detailed analysis of actual and forecast demand in respect of required clinical outcomes.

• The creation of model job plans based on actual and forecast demand in respect of required clinical outcomes that are aligned with applicable NHS, Department of Health and Social Care (DHSC) and British Medical Association (BMA) best practice standards.

• Identification of gaps and/or variances between the current and model state, including but not limited to identification of variance(s) between current job plans and patient demand.

• The development of optimised systems and processes for medical job planning.

• Support, to the level specified in a Call Off Contract, to implement new optimised job planning systems and processes.

• Effective knowledge transfer to enable the NHS Organisation to sustain and build on the implemented improvements.

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: 2 400 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for a term of 2 years with options to extend for up to a further 2 years in annual increments.

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: Yes

Description of options:

The framework will run for a term of 2 years with options to extend for up to a further 2 years in annual increments.

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

Electronic auctions may be used in further competitions.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/07/2024

Local time: 14:00

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: 03/07/2024

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Supplier instructions how to express interest and bid:

1) Browse to the esourcing portal https://www.nhssourcing.co.uk and click on view current opportunities;

2) Register your organisation on the eSourcing portal (this is only required once);

3) Accept the portal terms and conditions and click 'continue', enter your organisation and user details; note the username you chose and click 'Save' when complete; you will shortly receive an e-mail with your unique password (please keep this secure);

4) Login to the portal with the username/password;

5) Click the 'PQQs/ITTs Open To All Suppliers' link. (These are pre-qualification

questionnaires or invitations to tender open to any registered supplier);

6) Select the title of the ITT;

7) Click the 'Express Interest' button at the top of the page. This will move the PQQ/ITT into your 'My PQQs/My ITTs' page. (This is a secure area reserved for your projects only). You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box;

8) Review the ITT documents;

9) Responding to the ITT. Click 'My Response' under 'PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). You can now use the messages function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the on-screen instructions to complete the ITT.

There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

VI.4) Procedures for review

VI.4.1) Review body

Countess of Chester Hospital NHS Foundation Trust

Chester

UK

E-mail: info@coch-cps.co.uk

VI.5) Date of dispatch of this notice

30/05/2024

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79410000 Business and management consultancy services Business and management consultancy and related services
79411100 Business development consultancy services General management consultancy services
79414000 Human resources management consultancy services Business and management consultancy services
80511000 Staff training services Specialist training services

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:
info@coch-cps.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

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.