loading
  • GB-EC2A 2DU London
  • 24.07.2017
  • Ausschreibung
  • (ID 2-268868)

Elis Group Transformation Change Framework 2.0.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.07.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Gesundheitswesen
    Art der Leistung Vermessung / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    The Elis Transformation Change Framework 2.0 anticipates to provide capabilities to cover requirements from NHS Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and academic resources as follows:
    1.Lot 1 — Research and Expert Clinical Knowledge.
    2.Lot 2 — Organisation and System Development.
    3.Lot 3 — Business Intelligence, Information Technology & Technical Expertise
    4. Lot 4 — Communications and Engagement.
    Leistungsumfang
    This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:
    Lot 4a — Public Patient Engagement
    Lot 4b — Creative and Digital Services
    Lot 4c — Communication Services.
    Adresse des Bauherren UK-EC2A 2DU London
    TED Dokumenten-Nr. 233418-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Research and development services and related consultancy services

      2017/S 116-233418

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      North and East London Commissioning Support Unit
      Clifton House, 75-77 Worship Street
      London
      EC2A 2DU
      United Kingdom
      Contact person: Olisa Okonkwo
      Telephone: +44 2036881431
      E-mail: 
      MjE4XFNaUWFjHFNaV2FUYE9bU2VdYFkuXFZhHFxTYg==
      NUTS code: UK

      Internet address(es):

      Main address: www.nelcsu.nhs.uk

      I.1)Name and addresses
      Elis Group of Commissioning Support Units (NHS)
      c/o NHS NEL Commissioning Support Unit, Clifton House, 75-77 Worship Street
      London
      EC2A 2DU
      United Kingdom
      E-mail: 
      MjE3XVRbUmJkHVRbWGJVYVBcVGZeYVovXVdiHV1UYw==
      NUTS code: UK

      Internet address(es):

      Main address: www.nelcsu.nhs.uk

      I.2)Joint procurement
      The contract involves joint procurement
      In the case of joint procurement involving different countries, state applicable national procurement law:

       

      NEL CSU is leading the procurement on behalf of itself and the Elis Group member NHS Commissioning Support Units (CSUs).

       

      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.supplying2nhs.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.supplying2nhs.org
      Tenders or requests to participate must be submitted 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:

       

      Elis Group Transformation Change Framework 2.0.

       

      Reference number: NELCSU/ELIS/OO/PRJ 348
      II.1.2)Main CPV code
      73000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Elis Transformation Change Framework 2.0 anticipates to provide capabilities to cover requirements from NHS Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and academic resources as follows:

      1.Lot 1 — Research and Expert Clinical Knowledge.

      2.Lot 2 — Organisation and System Development.

      3.Lot 3 — Business Intelligence, Information Technology & Technical Expertise

      4. Lot 4 — Communications and Engagement.

       

      II.1.5)Estimated total value
      Value excluding VAT: 40 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Research and Expert Clinical Knowledge

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      73000000
      38970000
      73100000
      73110000
      73200000
      73210000
      73300000
      79310000
      79311400
      79315000
      85100000
      85140000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      UNITED KINGDOM.

       

      II.2.4)Description of the procurement:

       

      This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:

      Lot 1a -Best Practice Research, Academic Research and Expertise

      Lot 1b — Health Economics

      Lot 1c — Specialist Knowledge (Healthcare).

       

      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: 10 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The framework agreement will be extendable for a further period of up to 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.

       

      II.2)Description
      II.2.1)Title:

       

      Organisation and System Development

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      79996000
      98110000
      98111000
      98112000
      98113000
      72212920
      48440000
      48441000
      72212440
      72212441
      72240000
      71621000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      UNITED KINGDOM.

       

      II.2.4)Description of the procurement:

       

      This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:

      Lot 2a — Organisational and System Leadership and Development.

      Lot 2b — Financial Modelling and Analysis.

       

      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: 10 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The framework agreement will be extendable for a further period of up to 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.

       

      II.2)Description
      II.2.1)Title:

       

      Business Intelligence, Information Technology and Technical Expertise

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      48482000
      72212482
      71600000
      72221000
      72240000
      72316000
      48810000
      72222000
      72222100
      72222200
      72222300
      72223000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:

      Lot 3a — Business Intelligence.

      Lot 3b — Information Management.

      Lot 3c — Application Development and Support.

       

      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: 10 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The framework agreement will be extendable for a further period of up to 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.

       

      II.2)Description
      II.2.1)Title:

       

      Communications and Engagement

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      48500000
      48510000
      72212500
      72212510
      71354100
      79416000
      79416100
      48326100
      33195000
      48814200
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      UNITED KINGDOM.

       

      II.2.4)Description of the procurement:

       

      This Lot will be expected to provide capabilities to cover requirements from Commissioning Support Units across England and will be split into lots based on homogenous requirements. The framework aims to meet current and future challenges from our growing customer base and particular requirements, including the need for specialist, research, best practice and consultancy resources covering the following areas:

      Lot 4a — Public Patient Engagement

      Lot 4b — Creative and Digital Services

      Lot 4c — Communication Services.

       

      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: 10 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      The framework agreement will be extendable for a further period of up to 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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

       

      Bidders will be permitted to submit a bid response for any individual lot or multiple lots within a headline lot, including any other lot(s) of their choice being tendered for in this Procurement.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of 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
      Framework agreement with several operators
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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 OJ S: 2017/S 012-017722
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 24/07/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      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: 24/07/2017
      Local time: 12:01

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      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. To participate in this competitive tender, kindly register on the Supplying2nhs.org portal (https://www.supplying2nhs.org) and use any or all the following search words/phrase — ELIS Transformation Change Framework 2.0.

      Bidders should note that, in accordance with the UK Government's policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit a Contracting Authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authority.

      Further information on transparency can be found at:

      http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/ transparency-procurement

      The Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. If the Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. The value provided in Section II.1.5 is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting authority. The Authority and other contracting authorities utilising the Framework reserve the right to use any electronic portal during the life of the agreement.

      To view this notice, please click here:

      https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=263599075

      GO Reference: GO-2017615-PRO-10430029.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      NHS NEL Commissioning Support Unit
      Procurement Department, 1st Floor, Clifton House, 75-77 Worship Street
      London
      EC2A 2DU
      United Kingdom
      Telephone: +44 2036881431
      E-mail: 
      MjEyYllgV2dpIllgXWdaZlVhWWtjZl80YlxnImJZaA==

      Internet address:www.nelcsu.nhs.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      NHS North and East London Commissioning Support Unit
      Clifton House, 75-77 Worship Street
      London
      EC2A 2DU
      United Kingdom
      Telephone: +44 2036881431
      VI.5)Date of dispatch of this notice:
      15/06/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 20.06.2017
Zuletzt aktualisiert 20.06.2017
Wettbewerbs-ID 2-268868 Status Kostenpflichtig
Seitenaufrufe 97